AGENDA Board of Directors Metro Valley Study Session
September 10, 2020
***Start Time: 9:45 AM***
MEETING ACCESSIBLE VIA ZOOM AT: https://gosbcta.zoom.us/j/95010894071
Teleconference
Dial: 1-669-900-6833
Meeting ID: 950 1089 4071
This meeting is being conducted in accordance with Governor Newsom’s
Executive Orders N-25-20, N-29-20 and N-35-20.
Board of Directors
Valley Representatives
Study Session Chair
Curt Hagman, Supervisor
Fourth District
Study Session Vice-Chair
Dawn Rowe, Supervisor
Third District
Eunice Ulloa, Mayor
City of Chino
Ray Marquez, Council Member
City of Chino Hills
Frank Navarro, Mayor
City of Colton
Acquanetta Warren, Mayor
City of Fontana
Darcy McNaboe, Mayor
City of Grand Terrace
Larry McCallon, Mayor
City of Highland
Rhodes “Dusty” Rigsby, Council Member
City of Loma Linda
John Dutrey, Mayor
City of Montclair
Alan Wapner, Council Member
City of Ontario
L. Dennis Michael, Mayor
City of Rancho Cucamonga
Toni Momberger, Council Member
City of Redlands
Deborah Robertson, Mayor
City of Rialto
John Valdivia, Mayor
City of San Bernardino
Debbie Stone, Mayor
City of Upland
David Avila, Mayor
City of Yucaipa
Mountain/Desert Representatives
Gabriel Reyes, Mayor
City of Adelanto
Art Bishop, Council Member
Town of Apple Valley
Julie McIntyre, Mayor
City of Barstow
Jim Cox, Council Member
City of Victorville
Bill Jahn, Council Member
City of Big Bear Lake
Rebekah Swanson, Council Member
City of Hesperia
Edward Paget, Vice Mayor
City of Needles
Joel Klink, Mayor
City of Twentynine Palms
Rick Denison, Council Member
Town of Yucca Valley
County Board of Supervisors
Robert Lovingood, First District
Janice Rutherford, Second District
Josie Gonzales, Fifth District
Ex-Officio Member – Michael Beauchamp, Caltrans District 8 Director
Ray Wolfe, Executive Director
Julianna Tillquist, General Counsel
pg. 2
San Bernardino County Transportation Authority
San Bernardino Council of Governments
AGENDA
Board of Directors Metro Valley Study Session
September 10, 2020
9:45 AM
MEETING ACCESSIBLE VIA ZOOM AT: https://gosbcta.zoom.us/j/95010894071
Teleconference
Dial: 1-669-900-6833
Meeting ID: 950 1089 4071
Interested persons may submit Public Comment in writing to the Clerk of the Board at
[email protected]. Written comments must acknowledge the Agenda Item
number, and specify whether the commenter wishes the comment be included with the
minutes or read into the record. Comments read into the record will be read for three
minutes; if three minutes pass and there is comment still unread, the time will not be
extended and the remaining comment will not be read. Public Comment must be
submitted no later than 5:00 pm on September 9, 2020.
To obtain additional information on any items, please contact the staff person listed under each
item. You are encouraged to obtain any clarifying information prior to the meeting to allow the
Board to move expeditiously in its deliberations. Additional “Meeting Procedures” and agenda
explanations are attached to the end of this agenda.
CALL TO ORDER
(Meeting Chaired by Curt Hagman)
i. Pledge of Allegiance
ii. Attendance
iii. Announcements
iv. Agenda Notices/Modifications - Melonie Donson
Possible Conflict of Interest Issues
Note agenda item contractors, subcontractors and agents which may require member abstentions
due to conflict of interest and financial interests. Board Member abstentions shall be stated
under this item for recordation on the appropriate item.
1. Information Relative to Possible Conflict of Interest
Note agenda items and contractors/subcontractors, which may require member abstentions
due to possible conflicts of interest.
This item is prepared for review by Board of Directors and Committee members.
Pg. 11
pg. 3
CONSENT CALENDAR
Items listed on the Consent Calendar are expected to be routine and non-controversial.
The Consent Calendar will be acted upon as a single motion. Items on the Consent Calendar
may be removed for discussion by Board Members.
Consent - Project Delivery
2. Construction Contract Change Orders to On-Going Construction Contracts
Receive and file change order report.
Presenter: Paula Beauchamp
This item is not scheduled for review by any other policy committee or technical
advisory committee.
DISCUSSION ITEMS
Discussion - Administrative Matters
3. I-10 Corridor Contract 1 - Refinance TIFIA Loan
That the following be reviewed and recommended for final approval by the Board of
Directors, acting as the San Bernardino County Transportation Authority, at a regularly
scheduled Board meeting:
Authorize the Executive Director or his designee to negotiate and execute a new Loan
Agreement and terminate the existing Loan Agreement (Contract No. 19-1002087) with the
United States Department of Transportation to refinance the Interstate 10 Corridor Contract 1
Project Transportation Infrastructure Finance and Innovation Act loan at a reduced interest
rate for an unchanged loan amount of $225 million, and take all other actions necessary in
connection therewith for a cost not-to-exceed $350,000.
Presenter: Hilda Flores
This item was not scheduled for review by any other policy committee or technical
advisory committee. SBCTA General Counsel has reviewed this item.
Discussion - Project Delivery
4. I-10 Cedar Avenue Interchange - Amendment 2 to Cooperative Agreement No.
17-1001710 with the County of San Bernardino
That the following be reviewed and recommended for final approval by the Board of
Directors, acting as the San Bernardino County Transportation Authority, at a regularly
scheduled Board meeting:
A. Approve Amendment No. 2 to Cooperative Agreement No. 17-1001710 for the Interstate
10 Cedar Avenue Interchange Improvement Project (Project) with the County of
San Bernardino to increase the Project Plans, Specifications, and Estimates (PS&E) cost by
$1,252,000, for a new total of $8,727,000 and extend the termination date to
December 31, 2022.
Pg. 15
Pg. 23
Pg. 25
pg. 4
Agenda Item 4 (cont.)
B. Approve an exception to San Bernardino County Transportation Authority Policy
No. 4001/VS-28, which requires that Surface Transportation Program funds apportioned to
the urbanized area of the San Bernardino Valley be allocated to the Valley Freeway Program,
to allow $1,252,000 of federal funds to be used for the PS&E phase of the Project under the
Valley Interchange Program.
Presenter: Timothy Byrne
This item is not scheduled for review by any other policy committee or technical
advisory committee. SBCTA General Counsel, Procurement Manager and Risk
Manager have reviewed this item and the draft amendment.
5. Interstate 10 Cedar Avenue Construction Manager Contract Award
That the following be reviewed and recommended for final approval by the Board of
Directors, acting as the San Bernardino County Transportation Authority, at a regularly
scheduled Board meeting:
A. Approve award of Contract No. 20-1002342 with WSP USA, Inc. for Construction
Management Services on the Interstate 10 Cedar Avenue Interchange Improvement Project
(Project) in an amount not-to-exceed $10,341,100.
B. Approve contingency in the amount of $1,034,100, for Contract No. 20-1002342 and
authorize the Executive Director or his designee to release contingency as necessary for the
Project.
Presenter: Henry Stultz
This item is not scheduled for review by any other policy committee or technical
advisory committee. SBCTA General Counsel, Procurement Manager and Risk
Manager have reviewed this item and the draft contract.
6. Monte Vista Grade Separation - Request for Additional Expenditure Authorization for
Union Pacific Railroad Construction Agreement
That the following be reviewed and recommended for final approval by the Board of
Directors, acting as the San Bernardino County Transportation Authority, at a regularly
scheduled Board meeting:
Approve an additional expenditure authorization to Contract No. 16-1001450 with Union
Pacific Railroad, for actual flagging and railroad work costs for the Monte Vista Avenue
Grade Separation Project in the amount of $400,000, bringing the total not-to-exceed contract
amount to $1,550,000.
Presenter: Henry Stultz
This item is not scheduled for review by any other policy committee or technical
advisory committee. SBCTA General Counsel, Procurement Manager and Risk
Manager have reviewed this item.
Pg. 33
Pg. 104
pg. 5
Discussion - Regional/Subregional Planning
7. Metrolink Accessibility Project - Phase II City Cooperative Agreements
That the following be reviewed and recommended for final approval by the Board of
Directors, acting as the San Bernardino County Transportation Authority, at a regularly
scheduled Board meeting:
A. Approve Cooperative Agreement No. 20-1002314 with the City of Montclair for the
Metrolink Station Accessibility Improvement Project Phase II (Project) which defines project
roles, responsibilities, and funding, specifying San Bernardino County Transportation
Authority (SBCTA) as the lead agency for project administration and funding with a local
contribution from the City of Montclair of $184,140.
B. Approve Cooperative Agreement No. 20-1002315 with the City of Upland for the Project
which defines project roles, responsibilities, and funding, specifying SBCTA as the lead
agency for project administration and funding, with a local contribution from the City of
Upland of $446,340.
C. Approve Cooperative Agreement No. 20-1002316 with the City of Rancho Cucamonga
for the Project which defines project roles, responsibilities, and funding, specifying SBCTA
as the lead agency for project administration and funding and a local contribution from the
City of Rancho Cucamonga of $341,363.
D. Approve Cooperative Agreement No. 20-1002317 with the City of Fontana for the Project
which defines project roles, responsibilities, and funding, specifying SBCTA as the lead
agency for project administration and funding and a local contribution from the City of
Fontana of $388,346.
E. Approve Cooperative Agreement No. 20-1002318 with the City of San Bernardino for the
Project which defines project roles, responsibilities, and funding, specifying SBCTA as the
lead agency for project administration and funding and a local contribution from the City of
San Bernardino of $18,000.
Presenter: Josh Lee
This item is not scheduled for review by any other policy committee or technical
advisory committee. SBCTA General Counsel, Procurement Manager, and Risk
Manager have reviewed this item and the draft agreements.
8. San Bernardino County Transportation Authority response to the California High
Speed Rail Authority’s Notice of Preparation for the Colton and Barstow Freight
Facilities needed for the Los Angeles to Anaheim segment of the State High-Speed Rail
System
Receive a report on a potential San Bernardino County Transportation Authority response to
the California High-Speed Rail Authority’s Notice of Preparation for the Los Angeles to
Anaheim segment of the State High-Speed Rail System, including a proposed BNSF
intermodal facility in Colton and the Lenwood Staging Tracks near Barstow.
Presenter: Steve Smith
This item is not scheduled for review by any other policy committee or technical
advisory committee.
Pg. 107
Pg. 166
pg. 6
Public Comment
Brief Comments from the General Public
Interested persons may submit Public Comment in writing to the Clerk of the Board at
[email protected]. Written comments must acknowledge the Agenda Item
number, and specify whether the commenter wishes the comment be included with the
minutes or read into the record. Comments read into the record will be read for three
minutes; if three minutes pass and there is comment still unread, the time will not be
extended and the remaining comment will not be read. Public Comment must be
submitted no later than 5:00 pm on September 9, 2020.
Comments from Board Members
Brief Comments from Board Members
ADJOURNMENT
Additional Information
Attendance
Acronym List
Mission Statement
The next Board of Directors Metro Valley Study Session is scheduled for
October 15, 2020.
Pg. 186Pg. 188
pg. 7
Meeting Procedures and Rules of Conduct
During COVID-19 ‘Stay in Place’ Orders
Meeting Procedures - The Ralph M. Brown Act is the state law which guarantees the public’s
right to participate in meetings of local legislative bodies. These rules have been adopted by the
Board of Directors in accordance with the Brown Act, Government Code 54950 et seq., and shall
apply at all meetings of the Board of Directors and Policy Committees. California Governor
Gavin Newsom has issued several Executive Orders (N-25-20, N-29-20 and N-35-20) waiving
portions of the Brown Act requirements during the COVID-19 State of Emergency.
Accessibility – During the COVID-19 crisis, meetings are being held virtually using web-based
or telephone technologies. If accessibility assistance is needed in order to participate in the
public meeting, requests should be made through the Clerk of the Board at least three (3)
business days prior to the Board meeting. The Clerk can be reached by phone at (909) 884-8276
or via email at [email protected].
Agendas – All agendas are posted at www.gosbcta.com/board/meetings-agendas/ at least 72
hours in advance of the meeting. Staff reports related to agenda items may be reviewed online at
that web address.
Agenda Actions – Items listed on both the “Consent Calendar” and “Discussion” contain
recommended actions. The Board of Directors will generally consider items in the order listed
on the agenda. However, items may be considered in any order. New agenda items can be
added and action taken by two-thirds vote of the Board of Directors or unanimous vote of
members present as provided in the Ralph M. Brown Act Government Code Sec. 54954.2(b).
Closed Session Agenda Items – Consideration of closed session items excludes members of the
public. These items include issues related to personnel, pending litigation, labor negotiations and
real estate negotiations. Prior to each closed session, the Chair will announce the subject matter
of the closed session. If action is taken in closed session, the Chair may report the action to the
public at the conclusion of the closed session.
Public Testimony on an Item – Public Comment may be submitted in writing to the Clerk of
the Board via email at [email protected]. Written comments must acknowledge the
Agenda Item number, and specify whether the commenter wishes the comment be included with
the minutes or read into the record. Comments read into the record will be read for three
minutes; if three minutes pass and there is comment still unread, the time will not be extended
and the remaining comment will not be read. Public Comment must be submitted no later than
5:00 pm the day before the meeting. Members of the public are afforded an opportunity to speak
on any listed item. Individuals wishing to address the Board of Directors or Policy Committee
Members should indicate their request when Public Comment is called for during the meeting.
This request to speak can be achieved by either using the ‘Raise Hand’ feature in Zoom platform
or by verbally stating interest when the Chair calls for Public Comment. When recognized by the
Chair, speakers should be prepared to announce their name for the record. In the interest of
facilitating the business of the Board, speakers are limited to three (3) minutes on each item.
Additionally, a twelve (12) minute limitation is established for the total amount of time any one
individual may address the Board at any one meeting. The Chair or a majority of the Board may
establish a different time limit as appropriate, and parties to agenda items shall not be subject to
the time limitations. Members of the public requesting information be distributed to the Board of
Directors must provide such information electronically to the Clerk of the Board via email at
[email protected] no later than 5:00 pm the day before the meeting. The Consent
Calendar is considered a single item, thus the three (3) minute rule applies. Consent Calendar
items can be pulled at Board member request and will be brought up individually at the specified
time in the agenda allowing further public comment on those items.
pg. 8
Agenda Times – The Board is concerned that discussion take place in a timely and efficient
manner. Agendas may be prepared with estimated times for categorical areas and certain topics
to be discussed. These times may vary according to the length of presentation and amount of
resulting discussion on agenda items.
Public Comment – At the end of the agenda, an opportunity is also provided for members of the
public to speak on any subject within the Board’s authority. Matters raised under “Public
Comment” may not be acted upon at that meeting. “Public Testimony on an Item” still applies.
Disruptive or Prohibited Conduct – If any meeting of the Board is willfully disrupted by a
person or by a group of persons so as to render the orderly conduct of the meeting impossible,
the Chair may recess the meeting or order the person, group or groups of person willfully
disrupting the meeting to be removed from the virtual meeting. Disruptive or prohibited conduct
includes without limitation: addressing the Board without first being recognized, not addressing
the subject before the Board, repetitiously addressing the same subject, posting profane or rude
content in the virtual meeting environment, or otherwise preventing the Board from conducting
its meeting in an orderly manner. Your cooperation is appreciated!
pg. 9
General Practices for Conducting Meetings
of
Board of Directors and Policy Committees
Attendance.
The Chair of the Board or a Policy Committee (Chair) has the option of taking attendance
by Roll Call or Self-Introductions. If attendance is taken by Roll Call, the Clerk of the
Board will call out by jurisdiction or supervisorial district. The Member or Alternate will
respond by stating his/her name. If attendance is by Self-Introduction, the Member or
Alternate will state his/her name and jurisdiction or supervisorial district.
A Member/Alternate, who arrives after attendance is taken, shall announce his/her name
prior to voting on any item.
A Member/Alternate, who wishes to leave the meeting after attendance is taken but
before remaining items are voted on, shall announce his/her name and that he/she is
leaving the meeting.
Basic Agenda Item Discussion.
The Chair announces the agenda item number and states the subject.
The Chair calls upon the appropriate staff member or Board Member to report on the
item.
The Chair asks members of the Board/Committee if they have any questions or
comments on the item. General discussion ensues.
The Chair calls for public comment based on “Request to Speak” forms which may be
submitted.
Following public comment, the Chair announces that public comment is closed and asks
if there is any further discussion by members of the Board/Committee.
The Chair calls for a motion from members of the Board/Committee.
Upon a motion, the Chair announces the name of the member who makes the motion.
Motions require a second by a member of the Board/Committee. Upon a second, the
Chair announces the name of the Member who made the second, and the vote is taken.
The “aye” votes in favor of the motion shall be made collectively. Any Member who
wishes to oppose or abstain from voting on the motion, shall individually and orally state
the Member’s “nay” vote or abstention. Members present who do not individually and
orally state their “nay” vote or abstention shall be deemed, and reported to the public, to
have voted “aye” on the motion.
The Vote as specified in the SANBAG Bylaws.
Each Member of the Board of Directors shall have one vote. In the absence of the
official representative, the alternate shall be entitled to vote. (Board of Directors only.)
Voting may be either by voice or roll call vote. A roll call vote shall be conducted upon
the demand of five official representatives present, or at the discretion of the presiding
officer.
Amendment or Substitute Motion.
Occasionally a Board Member offers a substitute motion before the vote on a previous
motion. In instances where there is a motion and a second, the maker of the original
motion is asked if he or she would like to amend his or her motion to include the
substitution or withdraw the motion on the floor. If the maker of the original motion does
not want to amend or withdraw, the substitute motion is voted upon first, and if it fails,
then the original motion is considered.
Occasionally, a motion dies for lack of a second.
pg. 10
Call for the Question.
At times, a Member of the Board/Committee may “Call for the Question.”
Upon a “Call for the Question,” the Chair may order that the debate stop or may allow for
limited further comment to provide clarity on the proceedings.
Alternatively and at the Chair’s discretion, the Chair may call for a vote of the
Board/Committee to determine whether or not debate is stopped.
The Chair re-states the motion before the Board/Committee and calls for the vote on the
item.
The Chair.
At all times, meetings are conducted in accordance with the Chair’s direction.
These general practices provide guidelines for orderly conduct.
From time-to-time circumstances require deviation from general practice.
Deviation from general practice is at the discretion of the Chair.
Courtesy and Decorum.
These general practices provide for business of the Board/Committee to be conducted
efficiently, fairly and with full participation.
It is the responsibility of the Chair and Members to maintain common courtesy and
decorum.
Adopted By SANBAG Board of Directors January 2008
Revised March 2014
Revised May 4, 2016
Entity: San Bernardino Council of Governments, San Bernardino County Transportation
Authority
Minute Action
AGENDA ITEM: 1
Date: September 10, 2020
Subject:
Information Relative to Possible Conflict of Interest
Recommendation:
Note agenda items and contractors/subcontractors, which may require member abstentions due to
possible conflicts of interest.
Background:
In accordance with California Government Code 84308, members of the SBCTA Board may not
participate in any action concerning a contract where they have received a campaign contribution
of more than $250 in the prior twelve months from an entity or individual, except for the initial
award of a competitively bid public works contract. This agenda contains recommendations for
action relative to the following contractors:
Consent/Discussion Calendar Items
Item No. Contract No. Principals & Agents Subcontractors
2-A 16-1001421 Natures Image, Inc.
Michelle Canuana
None
2-B 19-1002181 Granite Construction Company
Joseph P. Richardson
Alcorn Fence Company
Chrisp Company
Drill Tech Drilling & Shoring
Ferreira Construction Co., Inc.
Integrity Rebar Placers
Marina Landscape
Statewide Traffic & Safety Signs
2-C 19-1002078 Guy F. Atkinson Construction, LLC
(dba Guy F. Atkinson)
Timothy Stroud
All American Asphalt
Cal Stripe, Inc.
Case Pacific Company
Commercial Metals Company
Cooper Engineering, Inc.
Coral Construction Company
DeesBurke Engineering Contractors, LLC
Diverscape, Inc.
Dywidag Systems International USA, Inc.
Ferreira Construction Company, Inc.
Foundation Pile, Inc.
Harber Companies, Inc.
L. Johnson Construction, Inc.
1.1
Packet Pg. 11
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 2
San Bernardino Council of Governments
San Bernardino County Transportation Authority
Maneri Traffic Control, Inc.
Penhall Company
TreeSmith Enterprises, Inc.
Universal Construction
2-D 17-1001599 Lane-Security Paving Joint Venture
Giuseppe Quarta
Joseph Ferndino
Aegis Project Controls Corp.
A.M. Concrete
Antigo Construction
Apex Logistics
Arellano Associates, LLC
BC Traffic Rentals
Boral Resources, LLC
Bridge Deck Solutions
C Below
CalPortland Company
Cal-Stripe
Cemex
CGO Construction
CH2M Hill Engineers, Inc.
CMC Commercial Metals
Conco Pumping
Con-Fab California
CTI Milling
CW Allied, Inc.
Diversified Landscape
Dywidag Systems
EBS General Engineering, Inc.
ECS
Euclid Chemical Company
Ferreira Construction
Fitzgerald Formliners
Fleming & Sons Concrete
Forefront Deep Foundations
Foundation Pile
FPL and Associates, Inc.
Fryman Management, Inc.
G3 Quality, Inc.
G&F Concrete Cutting
Global Road Sealing
1.1
Packet Pg. 12
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 3
San Bernardino Council of Governments
San Bernardino County Transportation Authority
Golden State Boring & Pipe
Hanes Geo Components
Harber Companies
Highlight Electric
Irvine Pipe Company
ISCO Industries
JC Supply & Manufacturing
JT Construction Products, LLC
L Johnson Construction
L.B. Foster Construction
Malcolm Drilling Company
Michael Baker International, Inc.
Miranda Logistics
Murphy Industrial Coatings
Pacific Corrugated Pipe Co.
Peri Formworks
Pipe Jacking Trenchless, Inc.
Pro-Cast Products, Inc.
PQM, Inc.
The R. J. Noble Company
Rupert Construction Supply
Sierra Landscape Development
Skyline Steel
Spartan Mat, LLC
Statewide Traffic Safety and Signs, Inc.
Strength Transportation Management
Titan Constructor Engineering
V&A Inc.
Vulcan Materials
2-E 18-1001967 C.A. Rasmussen, Inc.
Charles Rasmussen
Cal Stripe
Case Pacific
DC Hubs Construction
Integrity Rebar Placers
Power Up Enterprises
Reycon Construction
Statewide Traffic Safety & Signs
1.1
Packet Pg. 13
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 4
San Bernardino Council of Governments
San Bernardino County Transportation Authority
5 20-1002342 WSP USA, Inc.
Allan Tanjuaquio
Arellano Associates
David Evans and Associates, Inc.
Dynamic Engineering Services, Inc.
Kleinfelder Construction Services
TRC Engineers, Inc.
SYRUSA
Twining, Inc.
ZT Consulting
6 16-1001450 Union Pacific Railroad Company
Daniel Leis
None
Financial Impact:
This item has no direct impact on the budget.
Reviewed By:
This item is prepared for review by Board of Directors and Committee members.
Responsible Staff:
Paula Beauchamp, Director of Project Delivery and Toll Operations
Approved
Board of Directors Metro Valley Study Session
Date: September 10, 2020
Witnessed By:
1.1
Packet Pg. 14
Entity: San Bernardino County Transportation Authority
Minute Action
AGENDA ITEM: 2
Date: September 10, 2020
Subject:
Construction Contract Change Orders to On-Going Construction Contracts
Recommendation:
Receive and file change order report.
Background:
San Bernardino County Transportation Authority (SBCTA) has ten (10) on-going construction
contracts, of which five (5) have had Construction Change Orders (CCOs) approved since the
last reporting to the Board of Directors Metro Valley Study Session. The CCOs are listed below.
A. Contract Number (CN) 16-1001421 with Natures Image, Inc. for the Interstate 10 (I-10)
Cherry Avenue Establish Existing Planting Project: CCO No. 4 Supplement 1 ($6,144.82
increase to compensate the Contractor for an additional 15 working days of plant establishment).
B. CN 19-1002181 with Granite Construction Company for the Archibald Avenue Improvements
at State Route 60 (SR 60) Project: CCO No. 13 ($55,889.00 increase to compensate the
Contractor for the water line revisions).
C. CN 19-1002078 with Guy F. Atkinson Construction, LLC. for the State Route 210 (SR 210)
Lane Addition, Base Line Interchange and Pavement Rehabilitation Project: CCO No. 9
($50,000.00 increase to compensate the Contractor for installation of bird exclusionary devices).
D. CN 17-1001599 with The Lane-Security Paving Joint Venture for the I-10 Corridor Contract
1 Project, Design-Build Contract: CCO No. 4 Supplement 1, 2, and 3 (no cost/no credit change
to include executed or revised utility agreements), CCO No. 16 (no cost/no credit change for
revised requirements for shop drawings submittals), CCO No. 21 ($657,200.00 increase to
compensate the Contractor for revised State Highway Operations and Protections Program
(SHOPP) pavement rehabilitation work limits), and CCO No. 23 ($14,000.00 increase to
compensate the Contractor for revised 4th Street Striping).
E. CN 18-1001967 with C.A. Rasmussen, Inc. for the US 395 Phase 1 Widening Project:
CCO No. 15 Supplement 1 ($356,374.49 increase to compensate the Contractor for revised bid
item quantities) and CCO No. 22 ($150,000.00 increase to compensate the Contractor for
revisions at North of Mojave Drive Intersection).
Financial Impact:
This item imposes no financial impact, as all CCOs are within previously approved contingency
amounts under: Task No. 0820 Freeway Projects, Sub-Task Nos. 0823 I-10 Corridor Contract 1,
0887 State Route 210 Lane Addition, and 0891 US 395 Widen SR 18/ Chamberlaine/City
Adelanto; and Task No. 0830 Interchange Projects, Sub-Task Nos. 0803 SR 210 Baseline Road
Interchange, 0826 I-10/Cherry Ave. & I-10/Citrus Ave. Interchange, and 0894 SR 60 Archibald
Avenue Interchange.
2
Packet Pg. 15
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 2
San Bernardino County Transportation Authority
Reviewed By:
This item is not scheduled for review by any other policy committee or technical advisory
committee.
Responsible Staff:
Paula Beauchamp, Director of Project Delivery and Toll Operations
Approved
Board of Directors Metro Valley Study Session
Date: September 10, 2020
Witnessed By:
2
Packet Pg. 16
Board of Directors Metro Valley Study Session
Construction Change Orders Log
Bolded - Construction Change Orders approved since the last reporting to the Metro Valley Study Session
Amounts shown in parentheses represent a credit to the Agency
I-10 Cherry Avenue Landscaping EEP – Executed Change Orders
Number Description Amount
1 Remove Broken Sidewalk Skim-Coat Concrete $1,500.00
2 Irrigation Repairs at Arrow Truck Sales $1,000.00
3 Replace Sidewalk $56,700.00
4 Added 21 Working Days to the Contract $2,867.58
4 S-1 Add 15 Working Days to the Contract $6,144.82
5 Replenishment of Existing Wood Mulch $93,572.50
CCO TOTAL $161,784.90
TOTAL CONTINGENCY AND SUPPLEMENTAL $188,613.00
I-10 Tippecanoe Avenue Landscaping EEP – Executed Change Orders
Number Description Amount
1 Replace Frost Damaged Plant Material $796.00
2 Replace Caltrans Phase I Irrigation Controller $7,777.09
3 Additional Tree Replacement $859.86
CCO TOTAL $9,432.95
TOTAL CONTINGENCY AND SUPPLEMENTAL $31,590.00
Archibald Avenue Improvements Project at SR 60 – Executed Change Orders
Number Description Amount
5 Staging Changes ($267.57)
6 Partnering $20,000.00
7 Stormwater Pollution Prevention Program Maintenance $25,000.00
13 Water Line Revisions Due to COVID-19 $55,889.00
CCO TOTAL $100,621.43
TOTAL CONTINGENCY AND SUPPLEMENTAL $2,122,333.00
SR 210 Lane Addition, Base Line I/C and Pavement Rehabilitation – Executed Change Orders
Number Description Amount
1 Maintain Traffic SR 210 Lane Addition $300,000.00
2 Maintain Traffic SR 210 Base Line Interchange $50,000.00
3 Maintain Traffic SR 210 Pavement Rehabilitation $150,000.00
4 Partnering $100,000.00
5 Dispute Resolution Board $50,000.00
6 Federal Training Program $50,000.00
7 Storm Water Best Management Practice Maintenance $100,000.00
8 Existing Roadway Repair $80,000.00
9 Bird Exclusionary Devices $50,000.00
CCO TOTAL $930,000.00
TOTAL CONTINGENCY AND SUPPLEMENTAL $34,927,690.07
2.a
Packet Pg. 17
Att
ach
men
t: C
CO
Lo
g (
6962
: C
on
stru
ctio
n C
on
trac
t C
han
ge
Ord
ers
MV
SS
2009
)
Bolded - Construction Change Orders approved since the last reporting to the Metro Valley Study Session
Amounts shown in parentheses represent a credit to the Agency
SR 210 Pepper Avenue Interchange EEP – Executed Change Orders
Number Description Amount
1 Repairs to Existing Site Irrigation $10,000.00
CCO TOTAL $10,000.00
TOTAL CONTINGENCY AND SUPPLEMENTAL $31,244.80
I-215 Segment 1 & 3 Landscape Replacement Project – Executed Change Orders
Number Description Amount
1 Maintain Public Traffic $25,000.00
2 Storm Water Shared Costs $25,000.00
3 Establish Dispute Resolution Advisor $5,000.00
4 Remove and Dispose of Rock Cobble $10,000.00
4 S-1 Additional Funds $15,000.00
4 S-2 Additional Funds $4,854.82
5 Cleaning of Drainage Systems $25,000.00
6 Removal of Dead Trees $10,000.00
7 Change from 15 Gallon to 5 Gallon Plant Size ($43,663.00)
7 S-1 Additional Funds $2,221.02
8 Repairs to Existing Facilities $3,000.00
8 S-1 Additional Funds $2,000.00
8 S-2 Additional Funds $4,500.00
8 S-3 Additional Funds $15,250.00
8 S-4 Additional Funds $3,930.65
9 Lane Closure Chart Revisions $0.00
9 S-1 Lane Closure Chart Revisions $0.00
10 PVC Ball Valve $0.00
11 Repair Fiber Optic Cable $4,070.87
12 Irrigation Water Payment $32,384.52
12 S-1 Additional Funds $8,487.04
12 S-2 Additional Funds $1,656.78
12 S-3 Additional Funds $1,634.70
12 S-4 Additional Funds $1,603.65
12 S-5 Additional Funds $5,007.79
12 S-6 Additional Funds $5,739.61
12 S-7 Additional Funds $6,753.56
12 S-8 Additional Funds $8,666.48
12 S-9 Additional Funds $4,744.77
12 S-10 Additional Funds $5,482.89
12 S-11 Additional Funds $2,874.37
12 S-12 Additional Funds $466.51
12 S-13 Additional Funds $493.89
13 Increase in Gravel Mulch Costs $158,215.90
14 Repair Damage by Others $6,000.00
15 Additional Electrical Work $976.73
2.a
Packet Pg. 18
Att
ach
men
t: C
CO
Lo
g (
6962
: C
on
stru
ctio
n C
on
trac
t C
han
ge
Ord
ers
MV
SS
2009
)
Bolded - Construction Change Orders approved since the last reporting to the Metro Valley Study Session
Amounts shown in parentheses represent a credit to the Agency
16 Additional Plant Establishment Work $5,000.00
16 S-1 Additional Funds $50,000.00
17 Remove Burned Palm Tree $4,000.00
CCO TOTAL $421,353.55
TOTAL CONTINGENCY AND SUPPLEMENTAL $812,748.38
I-215 Segment 2 Landscape Replacement Project – Executed Change Orders
Number Description Amount
1 Maintain Public Traffic $2,000.00
2 Storm Water Shared Costs $10,000.00
3 Establish Dispute Resolution Advisor $5,000.00
4 Remove and Dispose of Rock Cobble $10,000.00
4 S-1 Additional Funds to Remove BNSF Ballast $40,000.00
4 S-2 Additional Funds to Remove and Dispose of Rock Cobble $20,000.00
4 S-3 Additional Funds to Remove and Dispose of Rock Cobble $3,000.00
5 Cleaning of Drainage Systems $25,000.00
6 Removal of Dead Trees $10,000.00
7 Revised Special Provisions for the Cost of Water $0.00
7 S-1 Water Cost Adjustment $5,000.00
8 Irrigation Revisions $656.30
9 Relocate Trees and Irrigation outside of Clear Recovery Zone $10,000.00
9 S-1 Additional Funds $1,206.16
10 Service Connection for Irrigation $5,000.00
10 S-1 Additional Funds $15,000.00
11 Revised Ball Valves Specifications $0.00
14 Revised Gravel Mulch Specifications $0.00
15 Added Irrigation Booster Pump $48,457.80
16 Added Closure Charts $0.00
17 Gravel Mulch Adjustment $187,717.00
CCO TOTAL $398,037.26
TOTAL CONTINGENCY AND SUPPLEMENTAL $502,203.56
I-10 Corridor Contract 1
Design Build – Executed Change Orders
Number Description Amount
1 Establish Dispute Review Board $75,000.00
2 Partnering $90,000.00
3 100 Day Extension for Utility Information Submittal $0.00
4 Addition of Executed Utility Agreements to Technical Provisions $0.00
4 S-1 Executed / Revised Utility Agreements $0.00
4 S-2 Executed / Revised Utility Agreements $0.00
4 S-3 Executed / Revised Utility Agreements $0.00
5 Overhead Sign Location Change $0.00
7 Provide for CHP & Maintenance Observation/Enforcement Area $0.00
2.a
Packet Pg. 19
Att
ach
men
t: C
CO
Lo
g (
6962
: C
on
stru
ctio
n C
on
trac
t C
han
ge
Ord
ers
MV
SS
2009
)
Bolded - Construction Change Orders approved since the last reporting to the Metro Valley Study Session
Amounts shown in parentheses represent a credit to the Agency
11 Revised Pavement Delineation Detail $0.00
12 Mass Concrete Specification Revision $0.00
13 Temporary ITS Traffic Monitoring Stations $0.00
14 Concurrent Closure of 6th Street and Campus Avenue Bridges $0.00
15 Modify Utility Relocation Work Packages $0.00
16 Revised Requirements for Shop Drawings Submittals $0.00
17 Revised Ramp Lane Closure Requirements $0.00
18 Revised Tech Provision 14.3.5 “Design Submittals” Requirements $0.00
19 Modifications to the Project Aesthetics and Landscape Master Plan $0.00
20 Added Pool Removal and (2) Electrical Panel Replacements $42,790.00
21 Revised SHOPP Pavement Rehabilitation Work Limits $657,200.00
22 Revised East End Ultimate Paving Limits $257,050.00
23 4th Street Striping $14,000.00
CCO TOTAL $1,136,040.00
TOTAL CONTINGENCY AND SUPPLEMENTAL $72,769,000.00
Toll Service Provider – Executed Change Orders
Number Description Amount
1 Establish Dispute Review Board $75,000.00
2 Partnering $0.00
3 Right of Way (ROW) Revisions $0.00
4 Revised NTP 2 Start Date $0.00
CCO TOTAL $75,000.00
TOTAL CONTINGENCY AND SUPPLEMENTAL $1,855,000.00
US 395 Phase 1 Widening Project – Executed Change Orders
Number Description Amount
1 Maintain Public Traffic $100,000.00
2 Storm Water Shared Costs $25,000.00
3 Partnering $20,000.00
4 Establish Dispute Resolution Advisor $20,000.00
5 Cleaning of Drainage Systems $30,000.00
6 Buried Man-Made Objects $15,000.00
7 Maintain Existing Temporary Electrical Systems $15,000.00
7 S-1 Additional Funds $85,000.00
8 Maintain Temporary Tortoise Fence $15,000.00
9 Revised Temporary HMA Requirements ($11,000.00)
10 Revised Temporary HMA Specifications ($3,180.00)
11 Additional Earthwork $35,905.00
12 Protect Existing Drainage Systems $70,000.00
13 Added Saw Cut to coordinate with Kinder Morgan work $24,304.00
14 Provide Access to A Local Business $11,800.00
15 Quantity Increases; Bid Items 21, 26 & 83 $78,780.00
15 S-1 Revised Bid Item Quantities $356,374.49
16 Drainage System 14 Modifications $10,270.00
17 Removal of 31 Concrete Headwalls and Wingwalls $52,583.75
18 Drainage System 7 Modifications $31,356.00
2.a
Packet Pg. 20
Att
ach
men
t: C
CO
Lo
g (
6962
: C
on
stru
ctio
n C
on
trac
t C
han
ge
Ord
ers
MV
SS
2009
)
Bolded - Construction Change Orders approved since the last reporting to the Metro Valley Study Session
Amounts shown in parentheses represent a credit to the Agency
19 Adjust Manholes to Grade $10,000.00
20 Additional HMA Paving for Revised Staging $127,670.90
21 Modified Drainage System Opening on Retaining Wall 794 $4,103.35
22 Revisions at North of Mojave Drive Intersection $150,000.00
23 Revised Pile Cap Concrete Requirement for Sound Wall 875 $217,665.25
25 Added curb on the Southeast Corner of Air Base Road $2,040.00
26 Electrical Design Changes at the Air Base Road Intersection $43,363.00
27 Added Hydroseed $35,324.00
CCO TOTAL $1,572,359.74
TOTAL CONTINGENCY AND SUPPLEMENTAL $8,741,611.75
Monte Vista Grade Separation – Executed Change Orders
Number Description Amount
1 Establish Dispute Resolution Board $15,000.00
1 S-1 Revise Special Provision Language $0.00
1 S-2 Additional Funds $10,000.00
2 Partnering Workshop $15,000.00
3 Traffic Control $10,000.00
3 S-1 Additional Funds $10,000.00
4 Federal Training Program $12,000.00
5 Post-Tensioning Duct Size Change $0.00
7 Storm Water Shared Costs $50,000.00
8 Relocate 8” Water Line $8,000.00
8 S-1 Additional Funds $10,386.03
9 Drainage System for Adjacent Property $14,925.00
10 Masonry Block Change $0.00
11 Sewer Lateral Piping Size Change $6,013.00
12 Future Electrical Conduits for Montclair $39,385.00
13 Change in Phasing of Work $0.00
14 Precast Girder Reinforcement Change $0.00
15 Change in Phasing of Work $0.00
16 Water Line Modifications $8,790.00
16 S-1 TRO Payment for Delays Related to CCO No. 16 $124,800.00
16 S-2 Additional Funds $54,689.60
17 Modify Overhead Signs and Install Pedestrian Barricades $6,765.97
21 Additional Sewer Service Lateral Connections $10,850.00
22 Girder Reinforcement Splicing Option $0.00
23 Deleting Sidewalk ($12,540.00)
25 HMA Along Private Access Road $16,000.00
26 Temporary Embankment for SCE $15,000.00
27 Temporary Shoring for SCE $60,00.00
28 Modify Water Line in Conflict with SCE $10,000.00
29 Storm Drain Lateral Realignment $14,110.00
2.a
Packet Pg. 21
Att
ach
men
t: C
CO
Lo
g (
6962
: C
on
stru
ctio
n C
on
trac
t C
han
ge
Ord
ers
MV
SS
2009
)
Bolded - Construction Change Orders approved since the last reporting to the Metro Valley Study Session
Amounts shown in parentheses represent a credit to the Agency
31 Driveway for Future Development $3,187.80
32 Potholing/Locating AT&T & Level 3 Utilities $60,000.00
33 Deduction for Rejected Piles ($10,000.00)
34 Modified Quantities Due to the Field Conditions $29,257.95
34 S-1 Modified Quantities Due to the Field Conditions $105,453.57
34 S-2 Modified Quantities Due to the Field Conditions $9,450.00
35 Conduit for SCE Service Connection for Traffic Signal System $8,000.00
36 Additional MSE Wall Drainage $8,000.00
37 Water Supply Modifications $15,000.00
38 Seal Coat Specification Change ($2,000.00)
39 Removal of UPRR Sign Foundations $5,000.00
41 Resolution of NOPC No. 3 ($59,986.00)
42 Revised Canopy at Taxi Yard $0.00
43 Landscaping Revisions $11,286.00
44 Added Headwall and Retaining Curb $10,000.00
45 Drainage Inlet Repair Damaged by Public $7,500.00
45 S-1 Additional Funds $381.43
46 Project Substantial Completion $0.00
47 Wire Mesh Substitution $15,000.00
48 Fence and Gate Revisions $52,336.60
49 Monument Modifications $6,500.00
49 S-1 Additional Monument Modifications $46,000.00
52 Additional work required by UPRR $10,577.00
53 Additional Erosion Control $16,000.00
54 Fence Repairs Damaged by Public $13,184.00
CCO TOTAL $815,302.95
TOTAL CONTINGENCY AND SUPPLEMENTAL $2,498,958.60
2.a
Packet Pg. 22
Att
ach
men
t: C
CO
Lo
g (
6962
: C
on
stru
ctio
n C
on
trac
t C
han
ge
Ord
ers
MV
SS
2009
)
Entity: San Bernardino County Transportation Authority
Minute Action
AGENDA ITEM: 3
Date: September 10, 2020
Subject:
I-10 Corridor Contract 1 - Refinance TIFIA Loan
Recommendation:
That the following be reviewed and recommended for final approval by the Board of Directors,
acting as the San Bernardino County Transportation Authority, at a regularly scheduled Board
meeting:
Authorize the Executive Director or his designee to negotiate and execute a new Loan
Agreement and terminate the existing Loan Agreement (Contract No. 19-1002087) with the
United States Department of Transportation to refinance the Interstate 10 Corridor Contract 1
Project Transportation Infrastructure Finance and Innovation Act loan at a reduced interest rate
for an unchanged loan amount of $225 million, and take all other actions necessary in connection
therewith for a cost not-to-exceed $350,000.
Background:
The San Bernardino County Transportation Authority (SBCTA) Board of Directors (Board)
approved a $225 million Transportation Infrastructure Finance and Innovation Act (TIFIA) loan
with the United States Department of Transportation (USDOT) to fund the Interstate 10 (I-10)
Corridor Contract 1 Project (Project). The loan closed on April 26, 2019, with an interest rate of
2.93%, and an interest cost of $177 million. The significant reduction in the US Treasury Rate
over the past few months has provided an opportunity for the USDOT to lower the interest rate
to about 1.36%, with an estimated total interest cost of $75 million, reflecting a potential savings
of over $100 million for the 30-year term of the loan. The final rate will be determined at time of
closing. Staff will continuously monitor the market conditions impacting the interest rate and the
related costs associated with the refunding. If terms become unfavorable, SBCTA staff will
inform the Board and recommend not proceeding with the refinancing.
USDOT reached out to SBCTA staff to provide information on refinancing the TIFIA loan to
lower the interest rate. The initial step required to refinance the loan is for SBCTA is to issue a
Letter of Interest (LOI) to USDOT. The LOI contains the required project information,
including the cost, benefits, and schedule, to enable USDOT to determine whether the Project is
eligible for refinancing. An indicative rating letter will be included from one of the two credit
rating agencies involved with the original loan. This rating letter would indicate that the rating
agency has reviewed the financial information for the Project, and that the Project’s TIFIA loan
has the potential to achieve an investment grade rating. Then USDOT will complete its review
of the LOI and the indicative rating letter to draft a new loan agreement. Based on staff
conversations with USDOT, the only major change is the interest rate and that other terms,
including debt covenants and requirements from the original agreement, will remain largely the
same. SBCTA staff, with legal counsel assistance, will review the new loan agreement to ensure
all changes are reviewed and will not negatively impact the Project financing or the Measure I
program.
USDOT is not able to provide SBCTA staff with an estimate of costs associated with the
refinancing as they have not processed this type of transaction before. SBCTA’s loan is eligible
3
Packet Pg. 23
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 2
San Bernardino County Transportation Authority
to reset the interest rate as funds have not been drawn and no additional funds are requested.
SBCTA staff estimates the cost of the refinance to be $350,000. The development of the
indicative rating letter and two ratings is anticipated to cost $80,000, and the work would occur
concurrently with the TIFIA LOI review process. Legal and USDOT underwriting costs are
estimated at $270,000. These funds are available in the current Board approved Plan of Finance
for the Project so no additional funds are requested.
Staff recommends approval to refinance of the TIFIA loan and potentially save up to
$100 million in interest that would enable the use of funds for other express lane projects in the
future or early repayment of this loan. Again, this new loan will only be recommended for
execution if it is cost effective and does not further impact the Measure I program. The process
to refinance, based on conversations with USDOT staff, is expected to take three to six months
and will only require the LOI with an indicative rating to initiate the process, then a revised
amortization schedule, two ratings, and finally the new loan agreement.
Financial Impact:
This item is consistent with the Fiscal Year 2020/2021 Budget.
Reviewed By:
This item was not scheduled for review by any other policy committee or technical advisory
committee. SBCTA General Counsel has reviewed this item.
Responsible Staff:
Hilda Flores, Chief Financial Officer
Approved
Board of Directors Metro Valley Study Session
Date: September 10, 2020
Witnessed By:
3
Packet Pg. 24
Entity: San Bernardino County Transportation Authority
Minute Action
AGENDA ITEM: 4
Date: September 10, 2020
Subject:
I-10 Cedar Avenue Interchange - Amendment 2 to Cooperative Agreement No. 17-1001710 with
the County of San Bernardino
Recommendation:
That the following be reviewed and recommended for final approval by the Board of Directors,
acting as the San Bernardino County Transportation Authority, at a regularly scheduled Board
meeting:
A. Approve Amendment No. 2 to Cooperative Agreement No. 17-1001710 for the Interstate 10
Cedar Avenue Interchange Improvement Project (Project) with the County of San Bernardino to
increase the Project Plans, Specifications, and Estimates (PS&E) cost by $1,252,000, for a new
total of $8,727,000 and extend the termination date to December 31, 2022.
B. Approve an exception to San Bernardino County Transportation Authority Policy
No. 4001/VS-28, which requires that Surface Transportation Program funds apportioned to the
urbanized area of the San Bernardino Valley be allocated to the Valley Freeway Program, to
allow $1,252,000 of federal funds to be used for the PS&E phase of the Project under the Valley
Interchange Program.
Background:
The Interstate 10 (I-10) Cedar Avenue Interchange Improvement Project (Project) is the highest
priority in the Measure I 2010-2040 Freeway Interchange Program. Cedar Avenue is a
north-south arterial in the unincorporated community of Bloomington and forms a tight diamond
interchange with the I-10. This location has been experiencing high levels of traffic congestion
resulting in low levels of service. This prompted the County of San Bernardino (County) to
proceed with obtaining environmental clearance for the Project which was completed in
July 2013. Project costs, independent of San Bernardino County Transportation Authority
(SBCTA) project management costs which will be funded 100% by the County, are distributed
based on the fair share percentages of the total Project costs defined in the Development
Mitigation Nexus Study. The fair share percentages include a public share of 70% and local
agency development contributions (“Development Share funds”) of 30%, which is further
distributed as: City of Rialto – 5.85%, City of Fontana – 3.57%, and County of San Bernardino –
20.58%.
In January 2013, the SBCTA Board of Directors (Board) approved an exception to SBCTA
Policy No. 40001/VS-28, Cost Buy-down for Projects with Development Share Contribution,
which requires that Surface Transportation Program (STP) funds apportioned to the urbanized
area of the San Bernardino Valley be allocated to the Valley Freeway Program. The SBCTA
Board also allowed the use of $4.2 million of STP funds allocated to the County for use at their
discretion to be regarded as an internal loan of development share funds for the Project.
The County allocated these funds towards the Plans, Specifications, and Estimates (PS&E) and
Right-of-Way (ROW) Engineering phases of the Project.
4
Packet Pg. 25
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 2
San Bernardino County Transportation Authority
On December 6, 2017, the SBCTA Board approved Cooperative Agreement No. 17-1001710
between SBCTA and the County. The Cooperative Agreement documents the specific roles and
funding responsibilities for the Environmental and Design phases of the Project. The County has
been the lead agency for the Project Approval/Environmental Document (PA/ED) phase, which
has been completed, and the PS&E phase. The agreement transferred Project Management
responsibilities for the PS&E phase to SBCTA.
On January 9, 2019, SBCTA and the County executed Amendment No. 1 to Agreement
No. 17-1001710 to transfer the roles and responsibilities for utility coordination and potholing
tasks to SBCTA, and to update the funding table to reflect the advance contribution from
SBCTA to perform the utility coordination and potholing, while maintaining the overall Project
funding contributions.
Recommendation A:
The County previously contracted with the California Department of Transportation (Caltrans)
for $6.3 million for the completion of the PS&E phase. During the 35% design review, the
project development team identified a potential savings of $15 million to the project construction
capital cost and Caltrans was tasked to look at various design alternatives to improve design and
cost efficiency. Design refinements and efforts above and beyond those initially envisioned
when the scope and cost estimate were developed have increased the Caltrans estimate to
complete PS&E by $1.252 million. As a result, SBCTA staff recommends amending the
agreement funding table to increase the PS&E design cost by $1.252 million as negotiated with
Caltrans. The $1.252 million will be paid as public share. The amendment will also extend the
termination date to December 31, 2022, and add a clause for the County to provide permits,
inspections, and oversight at no cost to the Project.
Recommendation B:
While the public share for an interchange project would typically be funded with Measure I
funds, any non-state or non-federal funds are subject to the Caltrans Indirect Cost Rate Proposal
(ICRP) and administration cost, which would add approximately $422,000 to the cost of the
PS&E completion. To avoid this additional cost, staff recommends the Board approve an
exception to SBCTA Policy No. 40001/VS-28, which requires that STP funds apportioned to the
urbanized area of the San Bernardino Valley be allocated to the Valley Freeway Program.
This would allow $1.252 million of federal funds to be used in the Valley Freeway Interchange
Program for Caltrans to complete the PS&E phase. Caltrans will access these funds directly, so
they are not required to be reflected in the SBCTA budget.
Financial Impact:
This item is consistent with the Fiscal Year 2020/2021 Budget under Task No. 0830 Interchange
Projects, Sub-Task No. 0897 I-10 Cedar Avenue Interchange.
Reviewed By:
This item is not scheduled for review by any other policy committee or technical advisory
committee. SBCTA General Counsel, Procurement Manager and Risk Manager have reviewed
this item and the draft amendment.
Responsible Staff:
Timothy Byrne, Project Delivery Manager
4
Packet Pg. 26
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 3
San Bernardino County Transportation Authority
Approved
Board of Directors Metro Valley Study Session
Date: September 10, 2020
Witnessed By:
4
Packet Pg. 27
This page intentionally left blank.
Fund Prog Task
Sub-
Task Fund Prog Task
Sub-
Task
GL: 6010 40 0830 0897 GL:
GL: GL:
GL: GL:
GL: GL:
GL: GL:
Contract No: 2Amendment No.:
Department:
Customer Name: County of San Bernardino
300,000.00
-
42340012
List Any Accounts Payable Related Contract Nos.: 18-1001962 (ROW & Construction Coop)
Contract Class: Receivable Project Delivery
12/31/2022
-
-
-
-
Expiration Date:
Additional Notes: Receivable from County for SBCTA Project Management only. All other costs in the agreement will be incurred and paid by
the respective entity.
Heng Chow
Date: Item #
Contract Summary Sheet
Dollar Amount
General Contract Information
Contract Authorization
Current Amendment -$
300,000.00$ Total/Revised Contract Value
17-1001710
Total Dollar Authority (Contract Value and Contingency) 300,000.00$
Original Contingency
Prior Amendments
Board of Directors 10/07/2020 Committee
Total Contract Funding:
Accounts Receivable
Beginning POP Date:
Current Amendment
Total Contingency Value
-$
-$
-$
Customer ID: 00559
Description: I-10 Cedar Avenue Interchange Project PS&E Cooperative Agreement
Contract Management (Internal Purposes Only)
300,000.00$
Prior Amendments
Original Contract
-$ -$
02/28/2018 Ending POP Date: 12/31/2022
Project Manager (Print Name)
300,000.00$
-
-
-
-
Funding Agreement No:
Paula Beauchamp
Task Manager (Print Name)
12/31/2022Final Billing Date:
Local Funding Agreement
Total Contract Funding: Total Contract Funding:Revenue Revenue
17-1001710
Form 200 11/2019 1/1
4.a
Packet Pg. 28
Att
ach
men
t: C
SS
- 1
7-10
0171
0-2
[Rev
isio
n 1
] (
6887
: I-
10 C
edar
Ave
nu
e In
terc
han
ge
- A
men
dm
ent
2 to
Co
op
17-
1001
710
wit
h t
he
Co
un
ty)
17-1001710-02 Page 1 of 4
AMENDMENT NO. 2
TO COOPERATIVE AGREEMENT NO. 17-1001710
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
COUNTY OF SAN BERNARDINO
FOR
PROJECT APPROVAL AND ENVIRONMENTAL DOCUMENT (PA/ED), AND PLANS,
SPECIFICATIONS AND ESTIMATE (PS&E) FOR THE INTERCHANGE AT CEDAR
AVENUE AND INTERSTATE 10 (I-10) IN THE UNINCORPORATED COMMUNITY
OF BLOOMINGTON
THIS AMENDMENT No. 2 (AMENDMENT) is made and entered into by and between the
COUNTY OF SAN BERNARDINO (“COUNTY”) and the SAN BERNARDINO COUNTY
TRANSPORTATION AUTHORITY (“SBCTA”). SBCTA and COUNTY may be referred to
herein as a “PARTY” and collectively “PARTIES”.
RECITALS
A. SBCTA and COUNTY entered into Cooperative Agreement 17-1001710
(AGREEMENT) on February 28, 2018, to delineate roles, responsibilities, and funding
commitments relative to the Project Approval and Environmental Document (PA/ED),
and Plans, Specifications and Estimate (PS&E) for the Interstate 10 Cedar Avenue
Interchange in the unincorporated community of Bloomington (“PROJECT”); and
B. SBCTA and COUNTY entered into Amendment No. 1 on January 9, 2019, to change the
PARTIES’ roles in Potholing and Utility Coordination and update the funding plan; and
C. PARTIES now desire to amend the AGREEMENT for the following reasons:
a) To adjust the PARTIES’s respective funding responsibilities based on the revised
PROJECT costs; and
b) To extend the AGREEMENT termination date currently set to expire on December 31,
2020; and
c) To waive any costs pertaining to permits, inspections, reviews or oversight provided
by COUNTY.
4.b
Packet Pg. 29
Att
ach
men
t: 1
7-10
0171
0-2
[Rev
isio
n 3
] (
6887
: I-
10 C
edar
Ave
nu
e In
terc
han
ge
- A
men
dm
ent
2 to
Co
op
17-
1001
710
wit
h t
he
Co
un
ty)
17-1001710-02 Page 2 of 4
D. SBCTA will contribute $1,252,000 in federal funds to the COUNTY for the increased
PS&E cost estimate.
E. As a result of increased design cost estimates, COUNTY only (not cities) is due a credit
of up to $1,948,200 based on actual costs for the Public Share of PA/ED and PS&E costs
incurred after April 5, 2006, and which were and/or will be advanced by COUNTY, and
will be reimbursed by SBCTA to COUNTY in future ROW and Construction phases as
noted in Attachment A, and
IT IS THEREFORE MUTUALLY AGREED TO AMEND THE AGREEMENT AS
FOLLOWS:
1. Section I, Paragraph B is amended in its entirety to read as follows:
“B. Unless this AGREEMENT is terminated early as provided in Section V, Paragraph
H, this AGREEMENT shall terminate upon completion of the PARTIES obligations
associated with the PA/ED and PS&E phases described herein or December 31,
2022, whichever is earlier in time. The indemnification provisions identified in
Section V, Paragraphs E through G shall survive the termination of this
AGREEMENT. Should any claims arising out of this AGREEMENT be asserted
against one of the PARTIES prior to the termination of this AGREEMENT, the
AGREEMENT shall be extended until such time as the claims are settled, dismissed
or paid.”
2. Section IV of the AGREEMENT is amended to add Paragraph K which shall read as
follows:
“K. To provide permits, inspections, reviews, and oversight at no cost to SBCTA or to
consultants and contractors contracted by SBCTA to work on the PROJECT.”
3. Attachment A to the AGREEMENT is amended in its entirety as reflected by Attachment
A to this AMENDMENT No. 2.
4. The Recitals set forth above are incorporated herein by this reference.
5. Except as amended by this AMENDMENT No 2, all other provisions of the
AGREEMENT, including all previous amendments, shall remain in full force and effect.
6. This AMENDMENT is deemed to be included and made part of the AGREEMENT.
7. This AMENDMENT is effective upon execution by SBCTA.
--------------------------SIGNATURES ON FOLLOWING PAGE----------------------------
4.b
Packet Pg. 30
Att
ach
men
t: 1
7-10
0171
0-2
[Rev
isio
n 3
] (
6887
: I-
10 C
edar
Ave
nu
e In
terc
han
ge
- A
men
dm
ent
2 to
Co
op
17-
1001
710
wit
h t
he
Co
un
ty)
17-1001710-02 Page 3 of 4
SIGNATURE PAGE TO
AMENDMENT NO. 2 TO COOPERATIVE AGREEMENT NO. 17-1001710
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND COUNTY OF SAN BERNARDINO
SAN BERNARDINO COUNTY
TRANSPORTATION AUTHORITY COUNTY OF SAN BERNARDINO
By:__________________________ By:__________________________
Frank J. Navarro Curt Hagman
President, Board of Directors Chairman, Board of Supervisors
Date:________________________ Date:________________________
APPROVED AS TO FORM: APPROVED AS TO FORM:
By:________________________ By: ______________________
Juanda L. Daniel Suzanne Bryant
Assistant General Counsel Deputy County Counsel
CONCURRENCE: SIGNED AND CERTIFIED THAT A COPY OF THIS DOCUMENTHAS BEEN DELIVERED By: ________________________ TO THE CHAIRMAN OF THE BOARD
Jeffery Hill
Procurement Manager By: _____________________
Lynna Monell
Clerk of the Board of Supervisors
of the County of San Bernardino
4.b
Packet Pg. 31
Att
ach
men
t: 1
7-10
0171
0-2
[Rev
isio
n 3
] (
6887
: I-
10 C
edar
Ave
nu
e In
terc
han
ge
- A
men
dm
ent
2 to
Co
op
17-
1001
710
wit
h t
he
Co
un
ty)
17-1001710-02 Page 4 of 4
Attachment A
PROJECT DESCRIPTION
PARTIES propose the project to improve the I-10/Cedar Avenue interchange located in the
unincorporated community of Bloomington. The project will improve Cedar Avenue from
Bloomington Avenue to Slover Avenue, widen Cedar Avenue between Bloomington Avenue and
Orange Street and add turn lanes; widen the Interstate Overcrossing and replace the UPRR/Cedar
Avenue Overhead; and modify existing ramps.
PROJECT COST ESTIMATE AND FUNDING SHARES
Phase Total Cost Cost Incurred
after 4/5/20061
Local
Share2
SBCTA
Share3
Local Agency
Contribution4,5
SBCTA
Contribution5
PA/ED $1,366,000 $559,000 $167,700 $391,300 $559,000 $0
PS&E6 $8,727,000 $8,727,000 $2,618,100 $6,108,900 $4,175,000 $4,552,000
Project Management7 $300,000 $300,000 $300,000 $0 $300,000 $0
Total $10,393,000 $9,586,000 $3,085,800 $6,500,200 $5,034,000 $4,552,000
1. Only costs incurred after 4/5/2006 are eligible for reimbursement. 2. Local Share is 30% of Costs Incurred after 4/5/2006; Local Share is distributed as follows: County 20.58%, Rialto 5.85% and Fontana 3.57%. By separate agreement, the County is responsible for collection of the Cities of Fontana and Rialto share of project costs. 3. SBCTA Share is 70% of Costs Incurred after 4/5/2006 and can be from sources under control of SBCTA including but not limited to Valley Measure I Interchange funds, State Transportation Improvement Program (STIP), Surface Transportation Program (STP), or Highway Infrastructure Program (HIP) without necessitating an amendment of this agreement. 4. County will be receiving a credit in the Right of Way and Construction phases for the public share of eligible PA/ED and PS&E costs. 5. County has $4.0 million of federal STP funds for PS&E that were previously allocated to them for use at their discretion to be regarded as an internal loan of development share funds for the Project as approved by the SBCTA Board on 1/9/2013. SBCTA Contribution of $4.552 million in PS&E phase will be $3.552 million from federal funds (for Design) and $1.0 million from Valley Measure I Interchange funds (for Potholing & Utility Coordination). 6. Includes $7.552 million design cost (increasing by $1,252,000, from $6,300,000 to $7,552,000),, $125,000 Railroad Agreement, $50,000 Environmental Permits and $1,000,000 Potholing & Utility Coordination. 7. $300,000 Project Management cost is for PS&E phase only.
PROJECT MILESTONES
Milestone Actual/(Forecast)
Start of Project November 2001
Environmental Approval July 2013
Plans, Specifications and Estimate Approval (March 2021)
Right of Way Certification (June 2021)
Begin Construction (December 2021)
End Construction (June 2024)
Project Closeout (June 2029)
4.b
Packet Pg. 32
Att
ach
men
t: 1
7-10
0171
0-2
[Rev
isio
n 3
] (
6887
: I-
10 C
edar
Ave
nu
e In
terc
han
ge
- A
men
dm
ent
2 to
Co
op
17-
1001
710
wit
h t
he
Co
un
ty)
Entity: San Bernardino County Transportation Authority
Minute Action
AGENDA ITEM: 5
Date: September 10, 2020
Subject:
Interstate 10 Cedar Avenue Construction Manager Contract Award
Recommendation:
That the following be reviewed and recommended for final approval by the Board of Directors,
acting as the San Bernardino County Transportation Authority, at a regularly scheduled Board
meeting:
A. Approve award of Contract No. 20-1002342 with WSP USA, Inc. for Construction
Management Services on the Interstate 10 Cedar Avenue Interchange Improvement Project
(Project) in an amount not-to-exceed $10,341,100.
B. Approve contingency in the amount of $1,034,100, for Contract No. 20-1002342 and
authorize the Executive Director or his designee to release contingency as necessary for the
Project.
Background:
The intent of this agenda item is to award a construction management contract for the
Interstate 10 (I-10) Cedar Avenue Interchange Improvement Project (Project). The I-10 Cedar
Avenue Interchange is the highest priority in the Measure I 2010-2040 Freeway Interchange
Program. Cedar Avenue is a north–south arterial in the unincorporated community of
Bloomington and forms a tight diamond interchange with the I-10. This location has been
experiencing high levels of traffic congestion resulting in low levels of service. This prompted
the County of San Bernardino (County) to proceed with obtaining environmental clearance for
the Project, which was completed in July 2013. Project costs, independent of San Bernardino
County Transportation Authority (SBCTA) project management costs which will be funded
100% by the County, are distributed based on the fair share percentages of the total Project costs
defined in the Development Mitigation Nexus Study. The fair share percentages include a public
share of 70% and local agency development contributions (“Development Share funds”) of 30%,
which is further distributed as: City of Rialto - 5.85%, City of Fontana - 3.57%, and County -
20.58%. The total project cost is currently estimated at $112,067,000, based on the revised
construction cost estimate provided by the California Department of Transportation (Caltrans) on
November 20, 2018.
Request for Proposals (RFP) No. 20-1002342 for Construction Management Services was
released on May 7, 2020, and was sent electronically to approximately 780 consultants registered
on PlanetBids and downloaded by 76 firms. The solicitation was issued in accordance with
current SBCTA policies and procedures for Architecture & Engineering (A&E) Services.
The RFP was posted on SBCTA’s website in response to a request from staff to engage a firm to
provide Construction Management Services for the I-10 Cedar Avenue Interchange Project.
There were two addenda issued for this project. Addendum No. 1 was issued on May 19, 2020,
and included the Zoom information for the Pre-Proposal Conference, as well as responses to
questions received. Addendum No. 2 was issued on May 26, 2020, and had responses to
5
Packet Pg. 33
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 2
San Bernardino County Transportation Authority
questions received by the question deadline, Pre-Proposal Conference Sign-in Sheets,
Pre-Proposal PowerPoint presentation, and updates to the draft contract.
Six (6) proposals were received by the date and time specified in the RFP. A responsiveness
review was conducted by the Procurement Analyst and found all six (6) proposals to be
responsive. The following is a summary of the events that transpired in the evaluation and
selection process.
On June 11, 2020, the proposals were disseminated to all Evaluation Committee members.
A copy of the Score Sheets and the Declaration of Impartiality and Confidentiality form was also
distributed to the committee members. The Evaluation Committee was comprised of SBCTA
staff, Caltrans staff and County of San Bernardino Public Works staff.
Evaluators concluded their individual review of the proposals and convened to review, discuss
and score the proposals. The Evaluation Committee members met on June 23, 2020, and
discussed each proposal according to the evaluation criteria, including the proposals strengths
and weaknesses. At the completion of discussions, the Evaluation Committee individually
scored the proposals based on the following evaluation criteria; Qualifications, Related
Experience and References - 30%, Proposed Staffing and Project Organization - 30%, and Work
Plan - 40%. Minor variances in the criteria scores were noted and discussed. Full detail of the
scores is included in the Contract Audit File.
As a result of the scoring, the firms were ranked in order of technical merit, and a short-list was
developed. The firms short-listed and invited to interviews were: Arcadis U.S., Falcon
Engineering, Southstar Engineering, and WSP USA, Inc.
On June 30, 2020, interviews were conducted with the short-listed firms. At the completion of
the interviews, the Evaluation Committee separately scored the interviews. The assigned
weighting between the proposals and interviews was 40% and 60% respectively.
The Committee considered all four (4) Offerors qualified to perform the work specified in the
RFP. The highest ranked firm, WSP USA, Inc. is being selected due to their knowledge of the
project, experience, and staff.
As a result of the scoring, the Evaluation Committee recommends that the contract to perform
the scope of work as outlined in RFP No. 20-1002342, be awarded to WSP USA, Inc. The firm
ranked first in technical and overall score. The firm clearly demonstrated a thorough
understanding of the scope of work and proposed an overall solid team. Evaluation forms and
reference checks are located in the Contract Audit File.
Subsequent to the Evaluation Committee’s recommendation for selection, staff negotiated the
final cost and scope with the consultant. Staff recommends approval of Contract No. 20-1002342
with WSP USA, Inc. for Construction Management Services on the I-10 Cedar Avenue
Interchange Project, for a total amount not-to-exceed $10,341,100.
5
Packet Pg. 34
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 3
San Bernardino County Transportation Authority
A 10% contingency for Contract No. 20-1002342, in an amount not-to-exceed $1,034,100 has
been identified as standard practice and it is recommended that the Executive Director, or his
designee, be authorized to release contingency funds as necessary for the Project.
Financial Impact:
This item is consistent with the Fiscal Year 2020/2021 Budget under Task No. 0830 Interchange
Projects, Sub-Task No. 0897 I-10 Cedar Avenue Interchange.
Reviewed By:
This item is not scheduled for review by any other policy committee or technical advisory
committee. SBCTA General Counsel, Procurement Manager and Risk Manager have reviewed
this item and the draft contract.
Responsible Staff:
Henry Stultz, Construction Manager
Approved
Board of Directors Metro Valley Study Session
Date: September 10, 2020
Witnessed By:
5
Packet Pg. 35
Fund Prog Task
Sub-
Task PA Level
GL: 6010 40 0830 0897 650
GL: 4120 40 0830 0897 650
GL:
GL:
GL:
GL:
GL:
GL:
GL:
GL:
Contract No:
NoSole Source?
Amendment No.:
Department:
Vendor Name: WSP USA, Inc
List Any Related Contract Nos.:
Vendor No.:
Contract Class: Payable Project Delivery
10/07/2020
-
744,559.20
-
-
-
- -
MSI
Additional Notes: Billed at 28%/72% to make up for County overcontribution in PE phases.
41100000
Heng Chow
Date: Item #
52005 289,550.80 San Bernardino County
Contract Summary Sheet
Dollar Amount
General Contract Information
Contract Authorization
09/30/2023
Current Amendment -$
10,341,100.00$ Total/Revised Contract Value
20-1002342
Revised Expiration Date:
Total Dollar Authority (Contract Value and Contingency) 11,375,210.00$
Original Contingency
Prior Amendments
01610
Estimated Start Date:
Board of Directors 10/07/2020 Committee
-
-
42340012
Other Contracts
Current Amendment
Total Contingency Value
-$
1,034,110.00$
1,034,110.00$
Description: I-10 Cedar Avenue Interchange Project Construction Management Services
Contract Management (Internal Purposes Only)
10,341,100.00$
Prior Amendments
Original Contract
-$ -$
Project Manager (Print Name)
Paula Beauchamp
Task Manager (Print Name)
Total Contingency:Total Contract Funding:
10,341,100.00$
2,895,508.00
7,445,592.00
-
-
-
-
52005
-
-
Local Construction Management
No Budget Adjustment
1,034,110.00$
N/A
Revenue Code Name
N/A N/ANHS: QMP/QAP: Prevailing Wage:
Accounts Payable
Object Revenue
-
-
Expiration Date:
Form 200 11/2019 1/1
5.a
Packet Pg. 36
Att
ach
men
t: C
SS
20-
1002
342
[Rev
isio
n 1
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 1
CONTRACT 20-1002342
BY AND BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
WSP USA, INC.
FOR
I-10 CEDAR AVENUE INTERCHANGE PROJECT
CONSTRUCTION MANAGEMENT SERVICES
This contract (“Contract”) is made and entered into by and between the San Bernardino
County Transportation Authority (“SBCTA”), whose address is 1170 W. 3rd Street, 2nd Floor,
San Bernardino, California 92410-1715; and WSP USA, INC (“CONSULTANT”), whose
address is: 862 E. Hospitality Lane, Suite 350, San Bernardino, CA 92408. SBCTA and
CONSULTANT are each a “Party” and collectively the “Parties”.
RECITALS:
WHEREAS, SBCTA requires Work as described in Exhibit A of this Contract; and
WHEREAS, CONSULTANT has confirmed that CONSULTANT has the requisite
professional qualifications, personnel and experience and is fully capable and qualified to
perform the services identified herein; and
WHEREAS, CONSULTANT desires to perform all Work identified herein and to do so for
the compensation and in accordance with the terms and conditions set forth herein.
NOW, THEREFORE, the Parties agree as follows:
5.b
Packet Pg. 37
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 2
ARTICLE 1. INTRODUCTION
1.1 The work to be performed under this Contract is described in Exhibit A, entitled “Scope
of Work”, and the CONSULTANT’s Approved Cost Proposal dated (07/27/2020)
(Exhibit B). If there is any conflict between the Approved Cost Proposal and the Contract
Articles, the Contract Articles take precedence.
1.2 CONSULTANT agrees to indemnify and hold harmless SBCTA, its officers, agents and
employees from any and all claims, demands, costs, or liability arising from or connected
with the services provided hereunder due to negligent acts, errors, or omissions of the
CONSULTANT. CONSULTANT will reimburse SBCTA for any expenditure, including
reasonable attorney fees, incurred by SBCTA in defending against claims ultimately
determined to be due to negligent acts, errors, or omissions of the CONSULTANT.
1.3 CONSULTANT and the agents and employees of CONSULTANT, in the performance of
this Contract, shall act in an independent capacity and not as officers or employees or
agents of SBCTA.
1.4 Without the written consent of SBCTA, this Contract is not assignable by
CONSULTANT, either in whole or in part.
1.5 No alteration or variations of the terms of this Contract shall be valid unless made in
writing and signed by the Parties hereto; and no oral understanding or agreement not
incorporated herein shall be binding on any of the Parties hereto.
1.6 The consideration to be paid to CONSULTANT as provided herein shall be in
compensation for all of CONSULTANT’s expenses incurred in the performance hereof,
including travel and per diem, unless otherwise expressly so provided.
1.7 The Construction Manager for this Contract is Henry Stultz, or such other designee as
shall be designated in written notice to CONSULTANT from time to time by the
Executive Director of SBCTA or his or her designee. The Construction Manager shall
have authority to act on behalf of SBCTA in administering this Contract, including giving
notices (including without limitation, notices of default and/or termination), technical
directions and approvals, demanding performance and accepting work performed, and as
otherwise authorized by SBCTA policies, but is not authorized to receive or issue
payments.
ARTICLE 2. PROJECT DESCRIPTION/SCOPE OF WORK
CONSULTANT agrees to perform the work and services set forth in Exhibit A “Scope of Work”,
(“Work”), in accordance with all applicable professional architectural, engineering, construction
management, land surveying and/or materials testing standards which are generally accepted in
the State of California, in accordance with the terms and conditions expressed herein and in the
sequence, time, and manner defined herein. The word “Work”, as used herein, includes without
limitation the performance, fulfillment and discharge by CONSULTANT of all obligations,
duties, tasks, and Work imposed upon or assumed by CONSULTANT hereunder; and the Work
performed hereunder shall be completed to the satisfaction of SBCTA, with their satisfaction
being based on prevailing applicable professional standards.
5.b
Packet Pg. 38
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 3
ARTICLE 3. CONSULTANT’s REPORTS OR MEETINGS
3.1 CONSULTANT shall submit progress reports at least once a month. The report should be
sufficiently detailed for SBCTA to determine if CONSULTANT is performing to
expectations and is on schedule, to provide communication of interim findings, and to
sufficiently address any difficulties or special problems encountered, so remedies can be
developed.
3.2 CONSULTANT’s Project Manager shall meet with SBCTA, as needed, to discuss
progress on the Contract.
ARTICLE 4. PERFORMANCE PERIOD
4.1 This Contract shall go into effect on October 7, 2020, contingent upon approval by
SBCTA’s Awarding Authority, and CONSULTANT shall commence work after written
notification to proceed by SBCTA’s Procurement Analyst. The Contract shall end on
September 30, 2023, unless extended by written amendment.
4.2 CONSULTANT is advised that any recommendation for contract award is not binding on
SBCTA until the Contract is fully executed and approved by SBCTA’s Awarding
Authority.
ARTICLE 5. ALLOWABLE COSTS AND PAYMENTS
5.1 Total compensation to CONSULTANT for full and complete performance of the Work in
compliance with all the terms and conditions of this Contract shall be on a Specified
Rates of Compensation basis for all obligations incurred in, or application to,
Consultant’s performance of Work and for which CONSULTANT shall furnish all
personnel, facilities, equipment, materials, supplies, and services (except as may be
explicitly set forth in this Contract as furnished by SBCTA), and shall not exceed
$10,341,100.00 unless authorized by a contract amendment.
5.2 CONSULTANT shall be paid at an agreed and supported specific fixed hourly, daily,
weekly or monthly rate, for each class of employee engaged directly in the Work.
Such rates of pay include the CONSULTANT’s estimated costs and net fee (profit).
The specific rates of compensation, except for an individual acting as a sole proprietor,
are to include an hourly breakdown, direct salary costs, fringe benefits, indirect costs, and
net fee as set forth in Exhibit B.
5.4 Specific tasks have been assigned to CONSULTANT as identified in the attached Scope
of Work.
5.5 In addition, CONSULTANT will be reimbursed for incurred (actual) direct costs other
than specific rates of compensation identified in Exhibit B.
5.6 Reimbursement for transportation and subsistence costs shall not exceed the rates
specified in Exhibit B. Any travel expenses must be preapproved in writing by SBCTA
and shall be reimbursed per diem at a rate not to exceed the currently authorized rates for
5.b
Packet Pg. 39
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 4
state employees under the State Department of Personnel Administration rules.
SBCTA will not reimburse CONSULTANT for any expenses not identified in Exhibit B
or agreed to and approved by SBCTA as required under this Contract.
5.7 When milestone cost estimates are included in Exhibit B, CONSULTANT shall obtain
prior written approval for a revised milestone cost estimate from SBCTA’s Construction
Manager before exceeding such cost estimate.
5.8 Progress payments will be made monthly in arrears based on services provided and
allowable costs incurred. If CONSULTANT fails to submit the required deliverable
items according to the schedule set forth in the Scope of Work, SBCTA shall have the
right to delay payment or terminate this Contract in accordance with the Termination
provisions of this Contract.
5.9 CONSULTANT shall not commence performance of Work until this Contract has been
approved by SBCTA’s Awarding Body, and a NTP has been issued by SBCTA’s
Procurement Analyst. No payment will be made prior to approval of any Work, nor for
any Work performed prior to approval of this Contract.
5.10 CONSULTANT will be reimbursed, as promptly as fiscal procedures will permit upon
receipt by SBCTA of an itemized invoice in triplicate. Invoices shall be submitted no
later than 45 calendar days after the performance of Work for which CONSULTANT is
billing. Invoices shall follow the format stipulated by SBCTA and shall reference this
contract number. Each invoice shall detail the Work performed on each milestone and
each project as applicable. Credits due SBCTA that include any equipment purchased
under this Contract must be reimbursed by CONSULTANT prior to the expiration or
termination of this Contract. Invoices shall follow the format stipulated by SBCTA and
shall reference this Contract number and Project title. Invoices should be e-mailed to
SBCTA at the following address:
5.11 CONSULTANT shall include a statement and release with each invoice, satisfactory to
SBCTA, that CONSULTANT has fully performed the Work invoiced pursuant to this
Contract for the period covered, that all information included with the invoice is true and
correct and that all payments to and claims of CONSULTANT and its subconsultants for
Work performed during the period will be satisfied upon making of such payment.
SBCTA shall not be obligated to make payments to CONSULTANT until
CONSULTANT furnishes such statement and release.
5.12 All subcontracts in excess of $25,000 shall contain the provisions of this Article.
ARTICLE 6. TERMINATION
6.1 Termination for Convenience–SBCTA’s Executive Director shall have the right at any
time, with or without cause, to terminate further performance of Work by giving thirty
(30) calendar days written notice to CONSULTANT specifying the date of termination.
On the date of such termination stated in said notice, CONSULTANT shall promptly
discontinue performance of Work and shall preserve Work in progress and completed
Work, pending SBCTA's instruction, and shall turn over such Work in accordance with
SBCTA’s instructions.
5.b
Packet Pg. 40
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 5
6.1.1 CONSULTANT shall deliver to SBCTA all deliverables prepared by
CONSULTANT or its subconsultants or furnished to CONSULTANT by
SBCTA. Upon such delivery, CONSULTANT may then invoice SBCTA for
payment in accordance with the terms herein.
6.1.2 If CONSULTANT has fully and completely performed all obligations under this
Contract up to the date of termination, CONSULTANT shall be entitled to receive
from SBCTA as complete and full settlement for such termination a pro rata share
of the Contract cost based upon the percentage of all contracted Work
satisfactorily executed to the date of termination.
6.1.3 CONSULTANT shall be entitled to receive the actual costs incurred by
CONSULTANT to return CONSULTANT's tools and equipment, if any, to it or
its suppliers' premises, or to turn over Work in progress in accordance with
SBCTA's instructions plus the actual cost necessarily incurred in effecting the
termination.
6.2 Termination for Cause
6.2.1 In the event CONSULTANT shall file a petition in bankruptcy court, or shall
make a general assignment for the benefit of its creditors, or if a petition in
bankruptcy shall be filed against CONSULTANT or a receiver shall be appointed
on account of its insolvency, or if CONSULTANT shall default in the
performance of any express obligation to be performed by it under this Contract
and shall fail to immediately correct (or if immediate correction is not possible,
shall fail to commence and diligently continue action to correct) such default
within ten (10) calendar days following written notice, SBCTA may, without
prejudice to any other rights or remedies SBCTA may have, and in compliance
with applicable Bankruptcy Laws: (a) hold in abeyance further payments to
CONSULTANT; (b) stop any Work of CONSULTANT or its subconsultants
related to such failure until such failure is remedied; and/or (c) terminate this
Contract by written notice to CONSULTANT specifying the date of termination.
In the event of such termination by SBCTA, SBCTA may take possession of the
products and finished Work by whatever method SBCTA may deem expedient. A
waiver by SBCTA of one default of CONSULTANT shall not be considered to be
a waiver of any subsequent default of CONSULTANT of the same or any other
provision, nor be deemed to waive, amend, or modify this Contract.
6.2.2 CONSULTANT shall deliver to SBCTA all finished and unfinished deliverables
under this Contract prepared by CONSULTANT or its subconsultants or
furnished to CONSULTANT by SBCTA within ten (10) working days of said
notice.
6.3 All claims for compensation or reimbursement of costs under any of the foregoing
provisions shall be supported by documentation submitted to SBCTA, satisfactory in form
and content to SBCTA and verified by SBCTA. In no event shall CONSULTANT be
entitled to any payment for prospective profits or any damages because of such
termination.
5.b
Packet Pg. 41
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 6
6.3.1 All subcontracts in excess of $25,000 shall contain the above provisions.
ARTICLE 7. FUNDING REQUIREMENTS
7.1 It is mutually understood between the Parties that this Contract may have been written
before ascertaining the availability of funds or appropriation of funds for the mutual
benefit of both Parties, in order to avoid program or fiscal delays that would occur if the
Contract were executed after that determination was made.
7.2 This Contract is valid and enforceable only if sufficient funds are made available to
SBCTA for the purpose of this Contract. In addition, this Contract is subject to any
additional restrictions, limitations, conditions, or any statute enacted by Congress, State
Legislature, or SBCTA governing board that may affect the provisions, terms, or funding
of this Contract in any manner.
7.3 It is mutually agreed that if sufficient funds are not appropriated, this Contract may be
amended to reflect any reduction in funds.
7.4 SBCTA has the option to void the Contract under the 30-day cancellation clause, or by
mutual agreement to amend the Contract to reflect any reduction of funds.
ARTICLE 8. CHANGE IN TERMS
8.1 This Contract may be amended or modified only by mutual written agreement of the
Parties.
8.2 CONSULTANT shall only commence Work covered by an amendment after the
amendment is executed and the NTP has been provided by SBCTA’s Procurement
Analyst.
8.3 There shall be no change in CONSULTANT’s Project Manager or members of the
project team, as listed in the approved cost proposal, which is part of this Contract
without prior written approval of SBCTA.
ARTICLE 9. DISADVANTAGED BUSINESS ENTERPRISE
Intentionally Omitted
ARTICLE 10. COST PRINCIPLES AND ADMINISTRATIVE REQUIREMENTS
10.1 CONSULTANT agrees that the Contract Cost Principles and Procedures, 48 CFR Federal
Acquisition Regulations System, Chapter 1, Part 31.000 et seq. shall be used to determine
the cost allowability of individual items.
10.2 CONSULTANT also agrees to comply with federal procedures in accordance with 49
CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative
Agreements to State and Local Governments.
10.3 Any costs for which payment has been made to CONSULTANT that are determined by
subsequent audit to be unallowable under 49 CFR, Part 18 and 48 CFR Federal
Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment
by CONSULTANT to SBCTA.
5.b
Packet Pg. 42
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 7
10.4 All subcontracts in excess of $25,000 shall contain the above provision.
ARTICLE 11. CONTINGENT FEE
CONSULTANT warrants by execution of this Contract that no person or selling agency has been
employed or retained to solicit or secure this Contract upon an agreement or understanding for a
commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona
fide established commercial or selling agencies maintained by CONSULTANT for the purpose
of securing business. For breach or violation of this warranty, SBCTA has the right to annul this
Contract without liability; pay only for the value of the Work actually performed, or in its
discretion, to deduct from the Contract price or consideration, or otherwise recover, the full
amount of such commission, percentage, brokerage, or contingent fee.
ARTICLE 12. RETENTION OF RECORDS/AUDIT
12.1 CONSULTANT, and subconsultants shall maintain and make available for inspection all
books, documents, papers, accounting records, and other evidence pertaining to the
performance of the Contract, including but not to, the costs of administering the Contract.
All Parties shall make such materials available at their respective offices at all reasonable
times during the Contract period and for three years from the date of final payment under
the Contract. The state, State Auditor, SBCTA, Federal Highway Administration, or any
other duly authorized representative of the SBCTA shall have access to any books,
records, and documents of CONSULTANT that are pertinent to the Contract for audit,
examinations, excerpts, and transactions, and copies thereof shall be furnished if
requested.
12.2 Subcontracts in excess of $25,000 shall contain this provision.
ARTICLE 13. DISPUTES
13.1 Any dispute, other than audit, concerning a question of fact arising under this Contract
that is not disposed of by agreement shall be decided by a committee consisting of
SBCTA’s Procurement Manager and SBCTA’s Executive Director, who may consider
written or verbal information submitted by CONSULTANT.
13.2 Not later than 30 days after completion of all Work under the Contract, CONSULTANT
may request review by SBCTA’s Executive Director of unresolved claims or disputes,
other than audit. The request for review will be submitted in writing.
13.3 Neither the pendency of a dispute nor its consideration by SBCTA’s Executive Director,
will excuse CONSULTANT from full and timely performance in accordance with the
terms of this Contract.
ARTICLE 14. AUDIT REVIEW PROCEDURES
14.1 Any dispute concerning a question of fact arising under an interim or post audit of this
Contract that is not disposed of by agreement shall be reviewed by SBCTA’s Chief
Financial Officer.
5.b
Packet Pg. 43
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 8
14.2 Not later than 30 days after issuance of final audit report, CONSULTANT may request a
review by SBCTA’s Chief Financial Officer of unresolved audit issues. The request for
review must be submitted in writing.
14.3 Neither the pendency of a dispute nor its consideration by SBCTA will excuse
CONSULTANT from full and timely performance in accordance with the terms of this
Contract.
ARTICLE 15. SUBCONTRACTING
15.1 Nothing contained in this Contract or otherwise shall create any contractual relation
between SBCTA and any subconsultant(s), and no subcontract shall relieve
CONSULTANT of its responsibilities and obligations hereunder. CONSULTANT
agrees to be fully responsible to SBCTA for the acts and omissions of its subconsultant(s)
and of persons directly employed by CONSULTANT. CONSULTANT’s obligation to
pay its subconsultant(s) is independent of SBCTA’s obligation to make payments to the
CONSULTANT.
15.2 CONSULTANT shall perform the Work contemplated with resources available within its
own organization, and no portion of the Work pertinent to this Contract shall be
subcontracted without prior written authorization by SBCTA, except that which is
expressly identified in the approved Cost Proposal.
15.3 CONSULTANT shall pay its subconsultant(s) within ten (10) calendar days from receipt
of each payment made to CONSULTANT by SBCTA.
15.4 Any subcontract in excess of $25,000 entered into as a result of this Contract shall
contain all the provisions stipulated in this Contract to be applicable to subconsultants.
15.5 Any substitution of subconsultants must be approved in writing by SBCTA prior to the
start of Work by the subconsultant.
ARTICLE 16. EQUIPMENT PURCHASE
16.1. Prior authorization in writing by SBCTA shall be required before CONSULTANT enters
into any unbudgeted purchase order or subcontract exceeding $5,000 for supplies,
equipment, or CONSULTANT services. CONSULTANT shall provide an evaluation of
the necessity or desirability of incurring such costs.
16.2. When seeking SBCTA’s prior written authorization for purchase of any item, service or
consulting work not covered in CONSULTANT’s Cost Proposal and exceeding $5,000,
CONSULTANT must submit three competitive quotations with the request, or the
absence of bidding must be adequately justified.
16.3. Any equipment purchased as a result of this Contract is subject to the following:
“CONSULTANT shall maintain an inventory of all nonexpendable property.
Nonexpendable property is defined as having a useful life of at least two years and an
acquisition cost of $5,000 or more. If the purchased equipment needs replacement and is
sold or traded in, SBCTA shall receive a proper refund or credit at the conclusion of the
5.b
Packet Pg. 44
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 9
Contract, or if the Contract is terminated, CONSULTANT may either keep the equipment
and credit SBCTA in an amount equal to its fair market value, or sell such equipment at
the best price obtainable at a public or private sale, in accordance with established
SBCTA procedures, and credit SBCTA in an amount equal to the sales price.
If CONSULTANT elects to keep the equipment, fair market value shall be determined at
CONSULTANT’s expense, on the basis of a competent independent appraisal of such
equipment. Appraisals shall be obtained from an appraiser mutually agreeable to SBCTA
and CONSULTANT. If it is determined to sell the equipment, the terms and conditions of
such sale must be approved in advance by SBCTA.”
16.4 All subcontracts in excess $25,000 shall contain the above provisions.
ARTICLE 17. INSPECTION OF WORK
CONSULTANT and any subconsultant shall permit SBCTA and the State, to review and inspect
the project activities and files at all reasonable times during the performance period of this
Contract including review and inspection on a daily basis.
ARTICLE 18. SAFETY
18.1 CONSULTANT shall comply with OSHA regulations applicable to CONSULTANT
regarding necessary safety equipment or procedures. CONSULTANT shall comply with
safety instructions issued by SBCTA or other SBCTA representative. CONSULTANT
personnel shall wear hard hats and safety vests at all times while working on the
construction project site.
18.2 Pursuant to the authority contained in Section 591 of the Vehicle Code, SBCTA has
determined that such areas are within the limits of the Project and are open to public
traffic. CONSULTANT shall comply with all of the requirements set forth in Divisions
11, 12, 13, 14, and 15 of the Vehicle Code. CONSULTANT shall take all reasonably
necessary precautions for safe operation of its vehicles and the protection of the traveling
public from injury and damage from such vehicles.
18.3 Any subcontract entered into as a result of this Contract shall contain all of the provisions
of this Article.
18.4 CONSULTANT must have a Division of Occupational Safety and Health (CAL-OSHA)
permit(s), as outlined in California Labor Code Sections 6500 and 6705, prior to the
initiation of any practices, work, method, operation, or process related to the construction
or excavation of trenches which are five feet or deeper.
ARTICLE 19. INSURANCE
19.1 Prior to commencing the Work, subject to the provisions of Article 19.2 “General
Provisions”, and at all times during the performance of the Work and for such additional
periods as required herein, CONSULTANT and all sub-consultants of every tier
performing any Work under this contract shall, at CONSULTANT’s and sub-consultant's
sole expense, procure and maintain broad form insurance coverage at least as broad as the
following minimum requirements specified below:
5.b
Packet Pg. 45
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 10
19.1.1 Professional Liability. The policies must include the following:
A limit of liability not less than $3,000,000 per claim
An annual aggregate limit of not less than $9,000,000
Coverage shall be appropriate for the CONSULTANT’S profession and provided
services to include coverage for errors and omissions arising out of the
CONSULTANT’S professional services, or services of any person employed by
the CONSULTANT, or any person for whose acts, errors, mistakes or omissions
the CONSULTANT may be legally liable.
If Coverage is on a claims made basis:
o Policy shall contain a retroactive date for coverage of prior acts, which date
will be prior to the date the CONSULTANT begins to perform Work under
this Contract.
o CONSULTANT shall secure and maintain “tail” coverage for a minimum of
three (3) years after Contract completion.
19.1.2 Worker’s Compensation/Employer’s Liability. The policies must include the
following:
Coverage A. Statutory Benefits
Coverage B. Employer’s Liability
Bodily Injury by accident - $1,000,000 per accident
Bodily Injury by disease - $1,000,000 policy limit/$1,000,000 each employee
Such policies shall contain a waiver of subrogation in favor of the parties named as
Indemnitees below. Such insurance shall be in strict accordance with the applicable
workers’ compensation laws in effect during performance of the Work by
CONSULTANT or any subconsultant of any tier. All subconsultants of any tier
performing any portion of the Work for CONSULTANT shall also obtain and maintain
the same insurance coverage as specified in this subparagraph, with a waiver of
subrogation in favor of CONSULTANT and all parties named as Indemnitees below.
Where coverage is provided through the California State Compensation Insurance Fund,
the requirement for a minimum A.M. Best rating does not apply.
19.1.3 Commercial General Liability. The policy must include the following:
Consultant shall maintain commercial general liability (CGL) insurance
(Insurance Services Office (ISO) Form CG 00 01), and if necessary
excess/umbrella commercial liability insurance, with a combined limit of liability
of not less than $7,000,000 each occurrence. If the contract value is equal to or
in excess of $25,000,000, then the combined limit of liability shall be no less than
$25,000,000 each occurrence.
5.b
Packet Pg. 46
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 11
The policy shall, at a minimum, include coverage for any and all of the following:
bodily injury, property damage, personal injury, broad form contractual liability
(including coverage to the maximum extent possible for the indemnifications in
this Contract), premises-operations (including explosion, collapse and
underground coverage), duty to defend in addition to (without reducing) the limits
of the policy(ies), and products and completed operations.
o $2,000,000 per occurrence limit for property damage or bodily injury
o $1,000,000 per occurrence limit for personal injury and advertising injury
o $2,000,000 per occurrence limits for products/completed operations
coverage (ISO Form 20 37 10 01) if SBCTA’s Risk Manager determines it
is in SBCTA’s best interests to require such coverage,
o If a general aggregate applies, it shall apply separately to this project/location.
The project name must be indicated under “Description of Operations/Locations”
(ISO Form CG 25 03 or CG 2504).
Coverage is to be on an “occurrence” form. “Claims made” and “modified
occurrence” forms are not acceptable.
A copy of the declaration page or endorsement page listing all policy
endorsements for the CGL policy must be included.
All subconsultants of any tier performing any portion of the Work for CONSULTANT
shall also obtain and maintain the CGL insurance coverage with limits not less than:
Each occurrence limit: $1,000,000
General aggregate limit: $2,000,000
Personal injury and advertising limit $1,000,000
Products-completed operations aggregate limit $2,000,000
All subconsultants’ and sub-subconsultants’ deductibles or self-insured retentions must
be acceptable to SBCTA’s Risk Manager.
19.1.4 Umbrella/Excess CGL. The policy must include the following:
If the CONSULTANT elects to include an umbrella or excess policy to cover any
of the total limits required beyond the primary commercial general liability policy
limits and/or the primary commercial automobile liability policy limits, then the
policy must include the following:
o The umbrella or excess policy shall follow form over the
CONSULTANT’s primary general liability coverage and shall provide a
separate aggregate limit for products and completed operations coverage.
o The umbrella or excess policy shall not contain any restrictions or
exclusions beyond what is contained in the primary policy.
o The umbrella or excess policy shall contain a clause stating that it takes
effect (drops down) in the event the primary limits are impaired or
exhausted.
5.b
Packet Pg. 47
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 12
o The umbrella or excess policy must also extend coverage over the
automobile policy if it is to be used in combination with the primary
automobile policy to meet the total insurance requirement limits.
There shall be no statement limiting the coverage provided to the parties listed as
additionally insureds or as indemnitees below.
19.1.5 Commercial Auto. The policy must include the following:
A total limit of liability of not less than $5,000,000 each accident. This total
limits of liability may be met by combining the limits of the primary auto policy
with an umbrella or excess policy in accordance with subparagraph 4
(Umbrella/Excess CGL) of Section A of this Article.
Such insurance shall cover liability arising out of any vehicle, including owned,
hired, leased, borrowed and non-owned vehicles assigned to or used in
performance of the CONSULTANT services.
o Combined Bodily Injury and Property Damage Liability insurance
The commercial automobile liability insurance shall be written on the most recent
edition of ISO Form CA 00 01 or equivalent acceptable to SBCTA.
19.1.6 Pollution Liability – Intentionally Omitted.
19.1.7 Railroad Protective Liability The policy must include the following:
Should the CONSULTANT need to perform activities in a railroad right-of-way,
SBCTA’s Risk Manager and/or a railroad operator may require CONSULTANT
to provide Railroad Protective Liability.
In such a case, the policy shall be in amounts and coverages and from issuers,
acceptable to the railroad operator on record.
Depending on facts and circumstances, and the terms and conditions of the policy
involved, the railroad operator of record may choose to find that the
CONSULTANT satisfactorily meets this requirement by obtaining one of the
following: a) an acceptable Railroad Protective Liability specific policy; b) a
waiver of any railroad liability exclusion from the CONSULTANT’s existing
general liability policy; or c) acceptable general liability insurance without a
railroad exclusion.
19.2 General Provisions
19.2.1 Qualifications of Insurance Carriers. All policies written by insurance carriers
shall be authorized and admitted to do business in the state of California with a
current A.M. Best rating of A-VIII or better. Professional Liability and
Contractor’s Pollution Liability policies may be from non-admitted carriers
provided they are authorized and licensed in the state of California and meet the
current A.M. Best rating of A: VIII or better.
19.2.2 Additional Insurance Coverage. All policies, except those for Workers’
Compensation and Professional Liability insurance, shall be endorsed by ISO
Form CG 20 10 11 85, or if not available, then ISO Form CG 20 38, to name
5.b
Packet Pg. 48
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 13
San Bernardino County Transportation Authority, City of Bloomington and its
officers, directors, members, employees, agents and volunteers, as additional
insureds (“Additional Insureds”). With respect to general liability arising out of
or connected with work or operations performed by or on behalf of the
CONSULTANT under this Contract, coverage for such Additional Insureds shall
not extend to liability to the extent prohibited by section 11580.04 of the
Insurance Code. The additional insured endorsements shall not limit the scope of
coverage for SBCTA to vicarious liability but shall allow coverage for SBCTA to
the full extent provided by the policy.
19.2.3 Proof of Coverage. Evidence of insurance in a form acceptable to SBCTA’s Risk
Manager, including declarations pages of each policy, certificates of insurance
and the required additional insured endorsements, shall be provided to SBCTA’s
Procurement Analyst prior to issuance of the NTP or prior to commencing any
Work, as SBCTA specifies. Certificate(s) of insurance, as evidence of the
required insurance shall: be executed by a duly authorized representative of each
insurer; show compliance with the insurance requirements set forth in this Article;
set forth deductible amounts applicable to each policy; list all exclusions which
are added by endorsement to each policy; and also include the Contract Number
and the SBCTA Construction Manager’s name on the face of the certificate.
If requested in writing by SBCTA, CONSULTANT shall submit complete copies
of all required insurance policies within ten (10) business days of a written
request by SBCTA.
19.2.4 Deductibles. Regardless of the allowance of exclusions or deductibles by
SBCTA, CONSULTANT shall be responsible for any deductible amount and
shall warrant that the coverage provided to SBCTA is consistent with the
requirements of this Article. CONSULTANT will pay, and shall require its sub-
consultants to pay, all deductibles, co-pay obligations, premiums and any other
sums due under the insurance required in this Article. All deductibles will be in
amounts acceptable to SBCTA’s Risk Manager. CONSULTANT will advise
SBCTA in writing as to the amounts of any deductible, or as to any increase in
any insurance deductible under any insurance required above. There will be no
deductibles in excess of $250,000 per occurrence, loss or claim under the
insurance. There shall be no self-insured retention. SBCTA will have the right,
but not the obligation, to pay any deductible due under any insurance policy. If
SBCTA pays any sums due under any insurance required above, SBCTA may
withhold said sums from any amounts due CONSULTANT. The policies shall
not provide that any deductible, or other payment required under the policy can be
paid only by the named insured, and not by an additional insured.
19.2.5 CONSULTANT’s and Subconsultants’ Insurance will be Primary. All policies
required to be maintained by the CONSULTANT or any subconsultant with the
exception of Professional Liability and Worker’s Compensation shall be
endorsed, with a form at least as broad as ISO Form CG 20 01 04 13), to be
5.b
Packet Pg. 49
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 14
primary coverage, and any coverage carried by any of the Additional Insureds
shall be excess and non-contributory. Further, none of CONSULTANT’s or
subconsultants’ pollution, automobile, general liability or other liability policies
(primary or excess) will contain any cross-liability exclusion barring coverage for
claims by an additional insured against a named insured.
19.2.6 Waiver of Subrogation Rights. To the fullest extent permitted by law,
CONSULTANT hereby waives all rights of recovery under subrogation against
the Additional Insureds named herein, and any other consultant, subconsultant or
sub-subconsultant performing work or rendering services on behalf of SBCTA, in
connection with the planning, development and construction of the Project. To
the fullest extent permitted by law, CONSULTANT shall require similar written
express waivers and insurance clauses from each of its subconsultants of every
tier. CONSULTANT shall require all of the policies and coverages required in
this Article to waive all rights of subrogation against the Additional Insureds (ISO
Form CG 24 04 05 09). Such insurance and coverages provided shall not prohibit
CONSULTANT from waiving the right of subrogation prior to a loss or claim.
19.2.7 Cancellation. If any insurance company elects to cancel or non-renew coverage
for any reason, CONSULTANT will provide SBCTA thirty (30) days prior
written notice of such cancellation or nonrenewal. If the policy is cancelled for
nonpayment of premium, CONSULTANT will provide SBCTA ten (10) days
prior written notice. In any event, CONSULTANT will provide SBCTA with a
copy of any notice of termination or notice of any other change to any insurance
coverage required herein which CONSULTANT receives within one business day
after CONSULTANT receives it by submitting it to SBCTA at
[email protected] to the attention of SBCTA’s Procurement Analyst,
and by depositing a copy of the notice in the U.S. Mail in accordance with the
notice provisions of this Contract.
19.2.8 Enforcement. SBCTA may take any steps as are necessary to assure
CONSULTANT’s compliance with its insurance obligations as identified within
this Article. Failure to continuously maintain insurance coverage as provided
herein is a material breach of contract. In the event the CONSULTANT fails to
obtain or maintain any insurance coverage required, SBCTA may, but is not
required to, maintain this coverage and charge the expense to the CONSULTANT
or withhold such expense from amounts owed CONSULTANT, or terminate this
Contract. The insurance required or provided shall in no way limit or relieve
CONSULTANT of its duties and responsibility under the Contract, including but
not limited to obligation to indemnify, defend and hold harmless the Indemnitees
named below. Insurance coverage in the minimum amounts set forth herein shall
not be construed to relieve CONSULTANT for liability in excess of such
coverage, nor shall it preclude SBCTA from taking other actions as available to it
under any other provision of the Contract or law. Nothing contained herein shall
relieve CONSULTANT, or any subconsultant of any tier of their obligations to
5.b
Packet Pg. 50
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 15
exercise due care in the performance of their duties in connection with the Work,
and to complete the Work in strict compliance with the Contract.
19.2.9 No Waiver. Failure of SBCTA to enforce in a timely manner any of the
provisions of this Article shall not act as a waiver to enforcement of any of these
provisions at a later date.
19.2.10 Subconsultant Insurance. Insurance required of the CONSULTANT shall be also
provided by subconsultants or by CONSULTANT on behalf of all subconsultants
to cover their services performed under this Contract. CONSULTANT may
reduce types and the amounts of insurance limits provided by subconsultants to be
proportionate to the amount of the subconsultant’s contract and the level of
liability exposure for the specific type of work performed by the subconsultant.
CONSULTANT shall be held responsible for all modifications, deviations, or
omissions in these insurance requirements as they apply to subconsultant.
19.2.11 Higher limits. If CONSULTANT maintains higher limits than the minimums
shown above, SBCTA shall be entitled to coverage for the higher limits
maintained by CONSULTANT. Any available insurance proceeds in excess of
the specified minimum limits of insurance and coverage shall be available to
SBCTA.
19.2.12 Special Risks or Circumstances. SBCTA reserves the right to modify any or all of
the above insurance requirements, including limits, based on the nature of the
risk, prior experience, insurer, coverage, or other special circumstances.
ARTICLE 20. INDEMNITY
20.1 To the extent, but only to the extent, that CONSULTANT’s Work falls within the scope of
Civil Code Section 2782.8, the following indemnification is applicable:
CONSULTANT shall indemnify and defend (with legal counsel reasonably approved by
SBCTA) SBCTA and its officers, employees, agents and volunteers from any and all
losses, damages, liability, actions, and/or costs for claims that arise out of, pertain to, or
are related to the negligence, recklessness, or willful misconduct of the design
professional to the maximum extent permitted by Civil Code Section 2782.8.
20.2 For all other Work and obligations under this Contract, CONSULTANT agrees to
indemnify, defend (with legal counsel reasonably approved by SBCTA) and hold
harmless SBCTA, City of Bloomington, and its officers, employees, agents and volunteers
(“Indemnitees”) from any and all claims, actions, losses, damages and/or liability (Claims)
arising out of or related to any act or omission of CONSULTANT or any of its officers,
employees, agents, subconsultants or volunteers, and for any costs or expenses incurred by
SBCTA on account of any such Claims except where such indemnification is prohibited
by law. This indemnification provision shall apply regardless of the existence or degree of
fault of indemnitees. CONSULTANT’s indemnification obligation applies to SBCTA’s
“active” as well as “passive” negligence, but does not apply to SBCTA’s “sole
negligence” or “willful misconduct” within the meaning of Civil Code Section 2782.
5.b
Packet Pg. 51
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 16
ARTICLE 21. OWNERSHIP OF DATA
21.1 Upon completion of all Work under this Contract, ownership and title to all reports,
documents, plans, specifications, and estimates produced as part of this Contract will
automatically be vested in SBCTA, and no further agreement will be necessary to transfer
ownership to SBCTA. CONSULTANT shall furnish SBCTA all necessary copies as
needed to complete the review and approval process.
21.2 It is understood and agreed that all calculations, drawings and specifications, whether in
hard copy or machine-readable form, are intended for one-time use in the construction of
the project for which this Contract has been entered into.
21.3 CONSULTANT is not liable for claims, liabilities, or losses arising out of or connected
with the modification or misuse by SBCTA of the machine-readable information and date
provided by CONSULTANT under this Contract; further, CONSULTANT is not liable
for claims, liabilities, or losses arising out of or connected with any use by SBCTA of the
project documentation for other projects or additions to this project, or for the completion
of this project by others, except only such use as may be authorized in writing by
CONSULTANT.
21.4 Applicable patent rights provisions regarding rights to inventions shall be included in the
Contract as appropriate (48 CFR 27, subpart 27.3).
21.5 SBCTA may permit copyrighting reports or other agreement products. If copyrights are
permitted, the Contract shall provide that the FHWA shall have the royalty-free
nonexclusive and irrevocable right to reproduce, publish, or otherwise use, and to
authorize others to use, the work for government purposes.
21.6 Any subcontract in excess of $25,000 entered into as a result of this Contract, shall
contain all of the provisions of this Article.
ARTICLE 22. CLAIMS FILED BY SBCTA’s CONSTRUCTION CONTRACTOR
22.1 If claims are filed by SBCTA’s construction contractor relating to Work performed by
CONSULTANT’s personnel, and additional information or assistance from
CONSULTANT’s personnel is required in order to evaluate or defend against such
claims, CONSULTANT agrees to make its personnel available for consultation with
SBCTA and legal staff, and for testimony, if necessary, at depositions, administrative
proceedings, trial or arbitration proceedings.
22.2 CONSULTANT’s personnel that SBCTA considers essential to assist in defending
against construction contractor claims will be made available on reasonable notice from
SBCTA. Consultation or testimony will be reimbursed at the same rates, including travel
costs, that are being paid for the CONSULTANT’s personnel services under this
Contract.
22.3 Services of the CONSULTANT’s personnel in connection with SBCTA’s construction
contractor claims will be performed pursuant to a written contract amendment, if
necessary, extending the termination date of this Contract in order to resolve the
construction claims.
5.b
Packet Pg. 52
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 17
22.4 Any subcontract in excess of $25,000 entered into as a result of this Contract, shall
contain all of the provisions of this Article.
ARTICLE 23. CONFIDENTIALITY OF DATA
23.1 All financial, statistical, personal, technical, or other data and information relative to
SBCTA’s operations which are designated confidential by SBCTA and made available to
CONSULTANT in order to carry out this Contract, shall be protected by
CONSULTANT from unauthorized use and disclosure. CONSULTANT agrees to
inform itself and makes its employees, agents, and subconsultants aware of the
requirements of SBCTA’s privacy and confidentiality policies and to abide by the same.
CONSULTANT further agrees to require all employees, agents, and subconsultants to
sign an SBCTA Confidentiality Agreement as directed by SBCTA personnel.
23.2 Neither permission to disclose information on one occasion, nor public hearing held by
SBCTA relating to the Contract shall authorize CONSULTANT to further disclose such
information or disseminate the same on any other occasion.
23.3 CONSULTANT shall not comment publicly to the press or any other media, including
social media, regarding the Contract or SBCTA’s actions on the same, except to
SBCTA’s staff, CONSULTANT’s own personnel involved in the performance of this
Contract, at public hearings, or in response to questions from a SBCTA Board Committee
or other public meeting approved by SBCTA.
23.4 CONSULTANT shall not issue any news release or public relations item of any nature
whatsoever regarding Work performed or to be performed under this Contract without
first obtaining SBCTA’s review and written permission.
23.5 Any SBCTA communications or materials to which CONSULTANT or its
subconsultants or agents have access and materials prepared by CONSULTANT under
the terms of this Contract shall be held in confidence by CONSULTANT, who shall
exercise reasonable precautions to prevent the disclosure of confidential information to
anyone except as expressly authorized by SBCTA. Any communications with or work
product of SBCTA’s legal counsel to which CONSULTANT or its subconsultants or
agents have access in performing work under this Contract shall be subject to the
attorney-client privilege and attorney work product doctrine, and shall be confidential.
CONSULTANT shall not release any reports, information or promotional material or
allow for the use of any photos related to this Contract for any purpose without prior
written approval of SBCTA.
23.6 Any subcontract entered into as a result of this Contract shall contain all of the provisions
of this Article.
ARTICLE 24. NATIONAL LABOR RELATIONS BOARD CERTIFICATION
In accordance with Public Contract Code Section 10296, CONSULTANT hereby states under
penalty of perjury that no more than one final unappealable finding of contempt of court by a
federal court has been issued against CONSULTANT within the immediately preceding two-
year period, because of CONSULTANT’s failure to comply with an order of a federal court that
orders CONSULTANT to comply with an order of the National Labor Relations Board.
5.b
Packet Pg. 53
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 18
ARTICLE 25. EVALUATION OF CONSULTANT
CONSULTANT’s performance may be evaluated by SBCTA. A copy of the evaluation will be
sent to CONSULTANT for comments. The evaluation and any comments submitted shall be
retained as part of the Contract file. This information may be used when evaluating the firm on
future proposal submittals.
ARTICLE 26. RETENTION OF FUNDS
26.1 Any subcontract entered into as a result of this Contract shall contain all of the provisions
of this Article.
26.2 SBCTA shall hold retainage from CONSULTANT and shall make prompt and regular
incremental acceptances of portions, as determined by SBCTA, of the Work, and pay
retainage to CONSULTANT based on these acceptances. CONSULTANT, or
subconsultant, shall return all monies withheld in retention from a subconsultant within
thirty (30) days after receiving payment for Work satisfactorily completed and accepted,
including incremental acceptances of portions of the Work by SBCTA. Federal law (49
CFR 26.20) requires that any delay or postponement of payment over thirty (30) days
may take place only for good cause and with SBCTA’s prior written approval. These
requirements shall not be construed to limit or impair any contractual, administrative, or
judicial remedies, otherwise available to the CONSULTANT or subconsultant in the
event of a dispute involving late payment or non-payment by the CONSULTANT,
deficient subconsultant performance, or noncompliance by a subconsultant.
This provision applies to both DBE and non-DBE consultants and subconsultants.
ARTICLE 27. RESPONSIBILITY OF CONSULTANT
27.1 CONSULTANT shall be responsible for the professional quality, technical accuracy, and
the assurance of compliance with all applicable federal, State, and local laws and
regulations, and other Work furnished by the CONSULTANT under the Contract. The
Contract includes reference to the appropriate standards for design or other standards for
Work performance stipulated in the Contract.
27.2 In addition to any other requirements of this Contract or duties and obligations imposed
on CONSULTANT by law, CONSULTANT shall, as an integral part of its Work,
employ quality control procedures that identify potential risks and uncertainties related to
scope, schedule, cost, quality and safety of the Project and the Work performed by
CONSULTANT within the areas of CONSULTANT’s expertise. Risks that may be
encountered include, but are not limited to, soil conditions, constructability, factors of
safety, impact on adjacent properties, public safety, and environmental considerations.
At any time during performance of the Scope of Work, should CONSULTANT observe,
encounter, or identify any unusual circumstances or uncertainties, which could pose
potential risk to SBCTA or the Project. CONSULTANT shall immediately document
such matters and notify SBCTA in writing. CONSULTANT shall also similarly notify
SBCTA as to the possibility of any natural catastrophe, potential failure, or any situation
that exceeds environmental, design, and/or construction assumptions and could
precipitate a failure of any structure or other part of the Project. Notifications under this
5.b
Packet Pg. 54
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 19
paragraph shall be specific, clear and timely, and in a form which enables SBCTA to
understand and evaluate the magnitude and effect of the risk and/or uncertainties
involved.
27.3 When a modification to a construction contract is required because of an error or
deficiency in the design Work provided under this Contract, CONSULTANT shall be
responsible for any and all additional costs associated with the construction contract or
the construction of the Project.
27.4 SBCTA shall advise CONSULTANT of their responsibility and collect the amount due,
including but not limited to, withholding of payments, if the recoverable cost will exceed
the administrative cost involved or is otherwise in SBCTA’s best interest. SBCTA shall
include in the Contract Audit File a written statement of the reasons for the decision to
recover or not recover the costs from CONSULTANT.
27.5 CONSULTANT shall document the results of the Work to the satisfaction of SBCTA,
and if applicable, Caltrans and FHWA. This may include preparation of progress and
final reports, plans, specifications and estimates, or similar evidence of attainment of
SBCTA’s objectives.
27.6 As applicable, the responsible consultant/engineer shall sign all plans, specifications,
estimates (PS&E) and engineering data furnished by him/her, certify as-built drawings,
and where appropriate, indicate his/her California registration or license number.
ARTICLE 28. TECHNICAL DIRECTION
28.1 Performance of Work under this Contract shall be subject to the technical direction of
SBCTA’s Construction Manager, who will be identified in writing to CONSULTANT
upon issuance of the NTP and/or subsequently by written notice during the Contract. The
term "Technical Direction" is defined to include, without limitation:
28.1.1 Directions to CONSULTANT which redirect the Contract effort, shift work
emphasis between work areas or tasks, require pursuit of certain lines of inquiry,
fill in details or otherwise serve to accomplish the contractual Scope of Work.
28.1.2 Provision of written information to CONSULTANT which assists in the
interpretation of drawings, reports, or technical portions of the Scope of Work
described herein.
28.1.3 Review and, where required by the Contract, approval of technical reports,
drawings, specifications and technical information to be delivered by
CONSULTANT to SBCTA under the Contract.
28.1.4 SBCTA may modify this Contract for certain administrative modifications
without issuing a written amendment. Administrative modifications as defined
herein are limited to: substitutions of personnel identified in this Contract,
including Key Personnel and project personnel and subconsultants; modifications
to hourly rates, classifications, and names of personnel in Exhibit B; and
modifications of the address of the CONSULTANT. All administrative
modifications shall be documented in writing between the Parties.
5.b
Packet Pg. 55
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 20
28.2 Technical Direction must be within the Scope of Work under this Contract. SBCTA’s
Construction Manager does not have the authority to, and may not, issue any Technical
Direction which:
28.2.1 Increases or decreases the Scope of Work;
28.2.2 Directs CONSULTANT to perform Work outside the original intent of the Scope
of Work;
28.2.3 In any manner causes an increase or decrease in the Contract price as identified in
this Contract, or the time required for Contract performance unless expressly
authorized by SBCTA policy;
28.2.4 Changes any of the expressed terms, conditions or specifications of the Contract,
unless identified herein;
28.2.5 Interferes with the CONSULTANT's right to perform the terms and conditions of
the Contract; or
28.2.6 Approves any demand or claim for additional payment.
28.3 Failure of CONSULTANT and SBCTA’s Construction Manager to agree that the
Technical Direction is within the scope of the Contract, or a failure to agree upon the
Contract action to be taken, shall be subject to the provisions of the “DISPUTES” Article
herein.
28.4 All Technical Direction shall be issued in writing by SBCTA’s Construction Manager.
28.5 CONSULTANT shall proceed promptly with the performance of Technical Direction
issued by SBCTA’s Construction Manager, in the manner prescribed by this Article and
within their authority under the provisions of this Article. If, in the opinion of
CONSULTANT, any instruction or direction by SBCTA’s Construction Manager falls
within one of the categories defined in 27.2.1 through 27.2.6, CONSULTANT shall not
proceed but shall notify SBCTA in writing within five (5) working days after receipt of
any such instruction or direction and shall request SBCTA to modify the Contract
accordingly. Upon receiving the notification from the CONSULTANT, SBCTA shall:
28.5.1 Advise CONSULTANT in writing within thirty (30) calendar days after receipt of
the CONSULTANT's letter that the Technical Direction is or is not within the
scope of this Contract.
28.5.2 Advise CONSULTANT within a reasonable time whether SBCTA will or will not
issue a written amendment.
ARTICLE 29. KEY PERSONNEL
The personnel specified below are considered to be essential to the Work being performed under
this Contract. Prior to diverting any of the specified individuals to other projects or reallocating
any tasks or hours of Work that are the responsibility of key personnel to other personnel,
CONSULTANT shall notify SBCTA in writing in advance and shall submit justifications
5.b
Packet Pg. 56
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 21
(including proposed substitutions, resumes and payroll information to support any changes to the
labor rate) in sufficient detail to permit evaluation of the impact on the Project. Diversion or
reallocation of key personnel shall not be made without prior written consent of SBCTA.
CONSULTANT shall not substitute any key personnel without the prior written consent of
SBCTA. In the event that the Parties cannot agree as to the substitution of key personnel,
SBCTA may terminate the Contract. Key Personnel are:
Name Job Classification/Function
Ken Loncharich, PE Project Manager/Resident Engineer
Jim Simon, PE Structures Representative
ARTICLE 30. REPRESENTATIONS
All Work supplied by CONSULTANT under this Contract shall be supplied by personnel who
are qualified, careful, skilled, experienced and competent in their respective trades or
professions. CONSULTANT agrees that they are supplying professional services, findings,
and/or recommendations in the performance of this Contract and agrees with SBCTA that the
same shall conform to professional and engineering and environmental principles and standards
that are generally accepted in the profession in the State of California.
ARTICLE 31. TAXES, DUTIES AND FEES
Except to the extent expressly provided elsewhere in this Contract, CONSULTANT shall pay
when due, and the compensation set forth herein shall be inclusive of, all: a) local, municipal,
State, and federal sales and use taxes; b) excise taxes; c) taxes on personal property owned by
CONSULTANT; and d) other governmental fees and taxes or charges of whatever nature
applicable to CONSULTANT to enable it to conduct business.
ARTICLE 32. PERMITS AND LICENSES
CONSULTANT shall, without additional compensation, keep current all governmental permits,
certificates and licenses (including professional licenses) and required registrations necessary for
CONSULTANT to perform Work identified herein.
ARTICLE 33. STATEMENT OF COMPLIANCE
33.1 CONSULTANT’s signature affixed herein, and dated, shall constitute a certification
under penalty of perjury under the laws of the State of California that CONSULTANT
has, unless exempt, complied with, the nondiscrimination program requirements of
Government Code Section 12990 and 2 California Code of Regulations Section 8103.
33.2 During the performance of this Contract, CONSULTANT and its subconsultants shall not
unlawfully discriminate, harass, or allow harassment against any employee or applicant
for employment because of race, religious creed, color, national origin, ancestry, physical
disability, mental disability, medical condition, genetic information, marital status, sex,
gender, gender identity, gender expression, age (over 40), sexual orientation or military
or veteran status. CONSULTANT and subconsultants shall insure that the evaluation and
treatment of their employees and applicants for employment are free from such
discrimination and harassment. CONSULTANT and subconsultants shall comply with
5.b
Packet Pg. 57
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 22
the provisions of the Fair Employment and Housing Act (Gov. Code§12900 et seq.) and
the applicable regulations promulgated there under (2 California Code of Regulations §§
7286.0 et seq.). CONSULTANT and subconsultants shall give written notice of their
obligations under this clause to labor organizations with which they have a collective
bargaining or other agreement.33.3 The contractor and all subcontractors shall comply
with all provisions of Title VI of the Civil Rights Act of 1964, as amended, which
prohibits discrimination on the basis of race, color, and national origin. In addition, the
contractor and all subcontractors will ensure their services are consistent with and comply
with obligations and procedures outlined in SBCTA’s current Board-adopted Title VI
Program, including the Public Participation Plan and the Language Assistance Plan.
ARTICLE 34. STATE PREVAILING WAGE RATES
34.1 CONSULTANT shall comply with the State of California’s General Prevailing Wage
Rate requirements in accordance with California Labor Code Section 1770, and all
Federal, State, and local laws and ordinances applicable to the Work.
34.2 Any subcontract entered into as a result of this Contract if for more than $25,000 for
public works construction or more than $15,000 for the alteration, demolition, repair, or
maintenance of public works, shall contain all of the provisions of this Article.
34.3 When prevailing wages apply to services described in the Scope of Work, transportation
and subsistence costs shall be reimbursed at the minimum rates set by the Department of
Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination.
See http://www.dir.ca.gov.
ARTICLE 35. CONFLICT OF INTEREST
35.1 CONSULTANT shall disclose any financial, business, or other relationship with SBCTA
that may have an impact upon the outcome of this Contract, or any ensuing SBCTA
construction project. CONSULTANT shall also list current clients who may have a
financial interest in the outcome of this Contract, or any ensuing SBCTA construction
project, which will follow.
35.2 CONSULTANT hereby certifies that it does not now have, nor shall it acquire, any
financial or business interest that would conflict with the performance of services under
this Contract. CONSULTANT agrees that it presently has no interest, financial or
otherwise, and shall not acquire any interest, direct or indirect, which would conflict in
any manner or degree with the performance of Work required under this Contract or be
contrary to the interests of SBCTA as to the Project. CONSULTANT further agrees that
in the performance of this Contract no person having any such interest shall be employed.
CONSULTANT is obligated to fully disclose to SBCTA, in writing, any conflict of
interest issues as soon as they are known to CONSULTANT. CONSULTANT agrees that
CONSULTANT’s staff designated by SBCTA’s Executive Director as “Consultants”
under the Political Reform Act shall timely file Statements of Economic Interest with the
SBCTA Clerk of the Board.
35.3 Any subcontract in excess of $25,000 entered into as a result of this Contract shall
contain all of the provisions of this Article.
5.b
Packet Pg. 58
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 23
35.4 CONSULTANT hereby certifies that neither CONSULTANT, its employees, nor any
firm affiliated with CONSULTANT providing services on this project prepared the Plans,
Specifications, and Estimate for any construction project included within this Contract.
An affiliated firm is one subject to the control of the same persons through joint
ownership or otherwise.
35.5 CONSULTANT further certifies that neither CONSULTANT nor any firm affiliated with
CONSULTANT will bid on any construction subcontracts included within the
construction contract. Additionally, CONSULTANT certifies that no person working
under this Contract is also employed by the construction contractor for any project
included within this Contract.
35.6 Except for subconsultants whose services are limited to materials testing, no
subconsultant who is providing services on this Contract shall have provided services on
the design of any project included within this Contract.
ARTICLE 36. REBATES, KICKBACKS OR OTHER UNLAWFUL
CONSIDERATION
CONSULTANT warrants that this Contract was not obtained or secured through rebates,
kickbacks or other unlawful consideration, either promised or paid to any SBCTA employee. For
breach or violation of this warranty, SBCTA shall have the right in its discretion; to terminate the
Contract without liability; to pay only for the value of the Work actually performed; or to deduct
from the Contract price or otherwise recover the full amount of such rebate, kickback or other
unlawful consideration.
ARTICLE 37. NOTIFICATION
All notices hereunder and communications regarding the interpretation of the terms of this
Contract and changes thereto, shall be effected by the mailing thereof by registered or certified
mail, return receipt requested, postage prepaid, and addressed as follows:
To CONSULTANT To SBCTA
862 E. Hospitality Lane, Suite 350 1170 W. 3rd Street, 2nd Floor
San Bernardino, CA 92408 San Bernardino, CA 92410-1715
Attn: Ken Loncharich Attn: Henry Stultz
Email: [email protected] Email: [email protected]
cc: Procurement Manager
Email: [email protected]
Phone:909-888-1106 Phone: (909) 884-8276
ARTICLE 38. STOP WORK ORDER
Upon failure of CONSULTANT or its subconsultants to comply with any of the requirements of
this Contract, SBCTA shall have the right to stop any or all Work affected by such failure until
such failure is remedied or to terminate this Contract in accordance with “TERMINATION”
provision herein.
5.b
Packet Pg. 59
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 24
ARTICLE 39. CLAIMS
SBCTA shall not be bound to any adjustments in the Contract amount or schedule unless
expressly agreed to by SBCTA in writing. SBCTA shall not be liable to CONSULTANT for any
claim asserted by CONSULTANT after final payment has been made under this Contract.
ARTICLE 40. ERRORS AND OMISSIONS
CONSULTANT shall be responsible for the professional quality, technical accuracy, and
coordination of all Work required under this Contract. CONSULTANT shall be liable for
SBCTA costs resulting from errors or deficiencies in Work furnished under this Contract,
including but not limited to any fines, penalties, damages, and costs associated with a
modification to a construction contract required because of an error or deficiency in the Work
provided by CONSULTANT under this Contract.
ARTICLE 41. WARRANTY
CONSULTANT warrants that all Work performed shall be in accordance with the Contract, and
all applicable professional standards. In the event of a breach of this provision, CONSULTANT
shall take the necessary actions to correct the breach at CONSULTANT’s sole expense. If
CONSULTANT does not take the necessary action to correct the breach, SBCTA, without
waiving any other rights or remedies it may have, may take the necessary steps to correct the
breach, and CONSULTANT shall promptly reimburse SBCTA for all expenses and costs
incurred.
ARTICLE 42. INDEPENDENT CONTRACTOR
CONSULTANT is and shall be at all times an independent contractor. Accordingly, all Work
provided by CONSULTANT shall be done and performed by CONSULTANT under the sole
supervision, direction and control of CONSULTANT. SBCTA shall rely on CONSULTANT for
results only, and shall have no right at any time to direct or supervise CONSULTANT or
CONSULTANT's employees in the performance of Work or as to the manner, means and
methods by which Work is performed. All personnel furnished by CONSULTANT under this
Contract, and all representatives of CONSULTANT, shall be and remain the employees or
agents of CONSULTANT or of CONSULTANT's subconsultant(s) at all times, and shall not at
any time or for any purpose whatsoever be considered employees or agents of SBCTA.
ARTICLE 43. ATTORNEY’S FEES
If any legal action is instituted to enforce or declare any Party’s rights under the Contract, each
Party, including the prevailing Party, must bear its own costs and attorneys’ fees. This Article
shall not apply to those costs and attorneys’ fees directly arising from any third party legal action
against a Party hereto and payable under the “Indemnity” provision of the Contract.
ARTICLE 44. GOVERNING LAW AND VENUE
This Contract shall be subject to the law and jurisdiction of the State of California. The Parties
acknowledge and agree that this Contract was entered into and intended to be performed in
whole or substantial part in San Bernardino County, California. The Parties agree that the venue
for any action or claim brought by any Party to this Contract will be the Superior Court of
5.b
Packet Pg. 60
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 25
California, San Bernardino County. Each Party hereby waives any law or rule of court, which
would allow them to request or demand a change of venue. If any action or claim concerning
this Contract is brought by any third party, the Parties hereto agree to use their best efforts to
obtain a change of venue to the Superior Court of California, San Bernardino County.
ARTICLE 45. FEDERAL, STATE AND LOCAL LAWS
CONSULTANT warrants that in the performance of this Contract, it shall comply with all
applicable federal, State and local laws, ordinances, rules and regulations.
ARTICLE 46. PRECEDENCE
46.1 The Contract consists of the Contract Articles, Exhibit A “Scope of Work”, and Exhibit B
“Approved Cost Proposal”, SBCTA’s Request for Proposal and CONSULTANT’s
proposal, all of which are incorporated into this Contract by this reference.
46.2 The following order of precedence shall apply: first, the Contract Articles; second,
Exhibits A and B; third, SBCTA’s Request for Proposal; and last, CONSULTANT’s
Proposal. In the event of a conflict between the Contract Articles and the Scope of Work,
the Contract Articles will prevail.
46.3 In the event of an express conflict between the documents listed in this Article, or
between any other documents, which are a part of the Contract, CONSULTANT shall
notify SBCTA in writing within three (3) business days of its discovery of the conflict
and shall comply with SBCTA's resolution of the conflict.
ARTICLE 47. GRATUITIES
CONSULTANT, its employees, agents, or representatives shall not offer or give to any officer,
official, agent or employee of SBCTA, any gift, entertainment, payment, loan, or other gratuity.
ARTICLE 48. REVIEW AND ACCEPTANCE
All Work performed by CONSULTANT shall be subject to periodic review and approval by
SBCTA at any and all places where such performance may be carried on. Failure of SBCTA to
make such review or to discover defective work shall not prejudice the rights of SBCTA at the
time of final acceptance. All Work performed by CONSULTANT shall be subject to periodic
and final review and acceptance by SBCTA upon completion of all Work.
ARTICLE 49. DRUG FREE WORKPLACE
CONSULTANT agrees to comply with the Drug Free Workplace Act of 1990 per Government
Code Section 8350 et seq.
ARTICLE 50. FORCE MAJEURE
CONSULTANT shall not be in default under this Contract in the event that the Work performed
by CONSULTANT is temporarily interrupted or discontinued for any of the following reasons:
riots, wars, sabotage, acts of terrorism, civil disturbances, insurrection, explosion, pandemics,
quarantines, acts of God, acts of government or governmental restraint, and natural disasters such
5.b
Packet Pg. 61
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 26
as floods, earthquakes, landslides, and fires, or other catastrophic events which are beyond the
reasonable control of CONSULTANT and which CONSULTANT could not reasonably be
expected to have prevented or controlled. “Other catastrophic events” does not include the
financial inability of CONSULTANT to perform or failure of CONSULTANT to obtain either
any necessary permits or licenses from other governmental agencies or the right to use the
facilities of any public utility where such failure is due solely to the acts or omissions of
CONSULTANT.
ARTICLE 51. COMPLIANCE WITH THE AMERICANS WITH DISABILITIES ACT
CONSULTANT shall comply with all applicable provisions of the Americans with Disabilities
Act in performing Work under this Contract.
ARTICLE 52. ENTIRE DOCUMENT
52.1 This Contract constitutes the sole and only agreement governing the Work and
supersedes any prior or contemporaneous understandings, written or oral, between the
Parties respecting the Project. All previous proposals, offers, and other communications,
written or oral, relative to this Contract, are superseded except to the extent that they have
been expressly incorporated into this Contract.
52.2 No agent, official, employee or representative of SBCTA has any authority to bind
SBCTA to any affirmation, representation or warranty outside of, or in conflict with, the
stated terms of this Contract, and CONSULTANT hereby stipulates that it has not relied,
and will not rely, on same.
52.3 Both Parties have been represented or had the full opportunity to be represented by legal
counsel of their own choosing in the negotiation and preparation of this Contract.
Therefore, the language in all parts of this Contract will be construed, in all cases,
according to its fair meaning, and not for or against either Party.
ARTICLE 53. CONTRACT
This Contract constitutes the entire agreement which is made and concluded in duplicate
between the two Parties. Each Party, for and in consideration of the payments to be made,
conditions mentioned, and work to be performed, agrees to diligently perform in accordance with
the terms and conditions of this Contract as evidenced by the signatures below.
ARTICLE 54. EFFECTIVE DATE
The date that this Contract is executed by SBCTA shall be the Effective Date of the Contract.
-------------------------SIGNATURES ARE ON THE FOLLOWING PAGE-------------------------
5.b
Packet Pg. 62
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
20-1002342 27
IN WITNESS WHEREOF, the Parties hereto have executed this Contract on the day and
year written below.
CONSULTANT SBCTA
By: By:
Allan Tanjuaquio
Senior Vice President
Frank J. Navarro
President, Board of Directors
Date: Date:
APPROVED AS TO FORM
By:
Juanda Lowder Daniel
Assistant General Counsel
Date:
CONCURRENCE
By:
Jeffery Hill
Procurement Manager
Date:
5.b
Packet Pg. 63
Att
ach
men
t: 2
0-10
0234
2 W
SP
Co
ntr
act
[Rev
isio
n 2
] (
6889
: I-
10 C
edar
: A
war
d C
M S
ervi
ces
Co
ntr
act)
1
EXHIBIT A - 20-1002342
SCOPE OF WORK
INDEX
A. DESCRIPTION OF SERVICES
B. PERFORMANCE REQUIREMENTS
C. DUTIES AND RESPONSIBILITIES
1. Pre-construction Services
2. Bid Process
3. Project Administration
4. Construction Coordination
5. Construction Inspection
6. Project Support
7. Cost and Schedule
8. Change Orders and Claims
9. Safety
10. Project Close Out
D. DELIVERABLES
E. EQUIPMENT AND MATERIALS TO BE PROVIDED BY CONSULTANT
F. MATERIALS TO BE FURNISHED BY SBCTA
G. STANDARDS
H. AVAILABILITY AND WORK HOURS
I. LIMITATIONS TO AUTHORITY
J. THIRD PARTY RELATIONSHIPS
K. CONSTRUCTION SITE SAFETY
L. BASIS FOR SURVEY AND MONUMENT MARKING
M. PERSONNEL QUALIFICATIONS
5.c
Packet Pg. 64
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
2
A. DESCRIPTION OF SERVICES
The San Bernardino County Transportation Authority (SBCTA) will utilize the services
of CONSULTANT to support the construction activities for the Project.
The CONSULTANT will provide construction management, materials testing,
construction surveying and source inspection, landscape inspection and assist in public
outreach for the Project. A description of the Project is given below.
60% Submittal of Design Plans is also available for review from Planet Bids.
Project General Description: The San Bernardino County Transportation Authority (SBCTA), in cooperation with the
California Department of Transportation (Caltrans), County of San Bernardino and the
Federal Highway Administration (FHWA), proposes to improve the Interstate 10
(I-10)/Cedar Avenue interchange from PM 17.8 to 19.3 in the unincorporated community
of Bloomington.
The project objectives are to implement improvements that will enhance traffic
operations and reduce existing traffic congestion on Cedar Avenue, especially at the
ramp intersections. The proposed project improvements will include widening the
existing Cedar Avenue overcrossing (OC) from 6 to 9 lanes, replacing the Union Pacific
Railroad overhead (OH), widening Cedar Avenue from 4 to 6 through lanes, and
realigning and/or widening the interchange entrance and exit ramps. On Cedar Avenue,
the project limits extend from Bloomington Avenue on the north to Slover Avenue on
the south. The project limits on I-10 begin at 0.7 miles (PM 17.8) west of the Cedar
Avenue centerline and end at 0.8 miles (PM 19.3) east of the Cedar Avenue centerline,
including eastbound auxiliary lanes for the entrance and exit ramps. In addition, Slover
Avenue will be improved approximately 656 feet east and west of the centerline of Cedar
Avenue.
Specific construction elements of the project improvements include the following
features:
1. Widen Cedar Avenue between Bloomington Avenue and Orange Street from 4 to
6 through lanes; adding right turn lanes and vehicle storage for left turn lanes into
the interchange entrance ramps; and adding bike lanes or shoulders on Cedar
Avenue.
2. All the interchange ramps will be realigned towards the gore areas to allow spaces
for future widening of the I-10 Express lanes project. The eastbound exit ramp
will be widened from 2 to 3 lanes; and the westbound exit ramp will be widened
from 2 to 4 lanes at the ramp termini respectively.
3. Widen the I-10/Cedar OC to the east of the existing OC structure from 6 to 9
lanes minimum.
5.c
Packet Pg. 65
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
3
4. Replace the existing 3-span Cedar/Railroad OH with a single-span structure over
the 6-track railroad. The new OH will be wider (to the east of existing OH
structure) and slightly elevated to accommodate the deeper OH structure.
5. Add retaining walls along the eastbound exit ramp, eastbound entrance ramp and
westbound exit ramp.
6. Add retaining walls between Cedar Avenue and Cedar Place at the southwest
quadrant of the interchange, and between Cedar Avenue and alley at the northeast
quadrant of the interchange.
7. Add 2 sound walls near the westbound ramps.
8. Replace a segment of the existing concrete channel with reinforced box culvert to
accommodate the westbound ramps realignment/widening.
9. Modify or construct drainage system improvements at various locations.
10. Provide stormwater treatment features to treat runoff from pavement surfaces.
11. Modify or add traffic signal and ramp metering systems.
12. Utilities will be relocated, as needed, to accommodate the interchange
improvements. Where possible, existing utilities in conflict with the proposed
improvements will be relocated in advance of the interchange improvement
project.
13. Unpaved areas of the interchange will be landscaped with hardscape elements and
plant materials.
New permanent right of way is required to accommodate the widening of Cedar
Avenue. In certain areas, temporary construction easements (TCEs) will be obtained to
provide access to the work and to facilitate construction. TCEs are anticipated along new
sound walls constructed along the existing State right of way. TCEs are also anticipated
within the railroad for the demolition and construction of the new OH. Encroachment
permits are expected to be obtained from the County of San Bernardino and the State.
SBCTA intends to advertise, award and administer one construction contract for this
project and will track costs separately for these two parts. The successful consultant firm
will provide the construction management and support services.
SERVICES
Services are anticipated to generally include, but are not limited to the following:
participation in the evaluation of scheduling of the proposed project; constructability
review; construction project advertising, bid analysis, and award; early utility relocation
5.c
Packet Pg. 66
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
4
inspection and survey services, construction inspection; construction surveying, materials
testing, landscape inspection, contractor interface, construction coordination with other
agencies, and contract administration; office engineering; and other assorted duties as
appropriate in managing construction of a Caltrans and city roadway improvement
project.
It is expected that the Consultant will assign a full-time Resident Engineer to coordinate
all contract and personnel activities for all phases of construction. Other Resident
Engineer(s) and inspection personnel may be assigned to direct and coordinate all project
specific field activities and responsibilities as needed for satisfactory performance on the
project.
The Resident Engineer assigned for this project shall be licensed as a Professional Civil
Engineer in the State of California at the time of proposal submittal through the duration
of the contract. The Consultant is expected to provide a Structures Representative,
Survey Project Manager, Materials Testing/Source Inspection Project Manager, and
Landscape Architect to administer the construction support services requested herein and
to assign qualified field personnel to perform the requested services. Furthermore, the
Resident Engineer shall act as the public outreach liaison to assist SBCTA’s Public
Information Office in implementing the Public Outreach Program established for this
project.
Insofar as the Consultant’s approach described in the Proposal, the scope of responsibility
and the total number of personnel assigned to each phase is left to the discretion of the
Consultant. The Proposal shall include a staffing plan, an organization chart and a
resource loaded schedule that establish the firm's ability to adequately and appropriately
efficient staff and manage the project within budget.
SBCTA anticipates that the total contract will be approximately 52 months in duration,
with preconstruction services starting in September 2020, advertise construction contract
in March 2021, award construction contract in June 2021, with 55 days procurement,
construction starting in August 2021, and ending in February 2025 (42 Months), which
includes 1 year of Plant Establishment and 2 month closeout. The estimated construction
capital cost of the project is about $82 million.
CONSULTANT shall provide qualified construction management and inspection,
materials testing, source inspection, construction surveying and public relations personnel
to perform a wide variety of construction management, support and contract
administration duties as outlined in this Scope of Services for the Project.
The SBCTA Director of Project Delivery has designated a SBCTA Project Manager to
coordinate all construction activities.
Mr. Henry Stultz, Construction Manager
5.c
Packet Pg. 67
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
5
The CONSULTANT shall report to and receive direction from SBCTA through the
SBCTA Project Manager, or his designees. The SBCTA Project Manager is responsible
for coordination of all SBCTA construction activities and for coordinating the efforts of
the total construction team. The SBCTA Project Manager will be the main contact and
primary source of information between SBCTA, cities, outside agencies, supporting
consultants and the public for the construction projects.
B. PERFORMANCE REQUIREMENTS
Construction Management: CONSULTANT shall furnish a Project Manager to
coordinate CONSULTANT operations with SBCTA. The CONSULTANT Project
Manager shall be responsible for all matters related to CONSULTANT personnel and
operations. The CONSULTANT Project Manager may also serve as the Resident
Engineer.
CONSULTANT shall also furnish a Resident Engineer. The Resident Engineer shall be
assigned to direct and coordinate construction activities under this contract. Other
Assistant Resident Engineers may be assigned to each specific project responsibilities as
needed. The Resident Engineer shall be a Civil Engineer registered in the State of
California and shall be in charge of construction management and construction activity
within the Project.
The number of CONSULTANT personnel assigned to the Project will vary throughout
the duration of the contract. CONSULTANT personnel will be assigned, in varying
levels of responsibility, as needed by the CONSULTANT to meet the Project schedule,
Project requirements, and construction activities.
Resumes of personnel must be submitted to SBCTA for review and approval prior to
assignment to the Project. SBCTA and CONSULTANT will jointly determine the
quality and quantity of services that are required by CONSULTANT personnel.
Personnel selected for assignment by CONSULTANT shall be made available for
personal interviews prior to acceptance by SBCTA. If, in the opinion of SBCTA, an
individual lacks adequate experience, the individual may be rejected or may be accepted
on a trial basis until such time the individual's ability to perform the required services has
been demonstrated. If, at any time, the performance of CONSULTANT personnel is
unsatisfactory to SBCTA, SBCTA may release him/her by written notice and may
request another qualified person be assigned.
If CONSULTANT personnel are on leave of absence, the CONSULTANT Project
Manager shall provide equally qualified replacement personnel until the assigned
personnel returns to the Project approved by SBCTA.
The typical workday includes all hours worked by the construction Contractor.
If necessary, overtime for CONSULTANT personnel may be required. The construction
Contractor's operations may be restricted to specific hours during the week, which shall
become the normal workday for CONSULTANT personnel. The CONSULTANT
5.c
Packet Pg. 68
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
6
Project Manager, with prior concurrence from SBCTA, shall have the authority to
increase, decrease, or eliminate CONSULTANT personnel work hours dependent on the
schedule and requirements of the construction Contractor. All overtime required by
CONSULTANT personnel shall be approved and authorized by SBCTA prior to each
occurrence.
CONSULTANT personnel shall be knowledgeable of and comply with all applicable
local, state, and federal regulations. CONSULTANT personnel shall cooperate and
consult with SBCTA, State, Union Pacific Railroad, (UPRR), utility agencies and City
officials during the course of the Project. CONSULTANT personnel shall perform duties
as may be required to assure that construction is being performed in accordance with the
Project plans and specifications. CONSULTANT personnel shall keep accurate and
timely records and document all work performed by the Contractor and CONSULTANT.
CONSULTANT shall monitor for Contractor’s compliance with the labor standards
provisions of the projects and the related wage determination decisions of the Secretary
of Labor.
CONSULTANT personnel shall assist SBCTA and local agencies in obtaining
compliance with the safety and accident prevention provisions of the Project.
Local agencies will retain jurisdictional control for traffic control.
All services required herein shall be performed in accordance with applicable California
Department of Transportation guidelines, regulations, policies, procedures, directives,
manuals, and standards, except as noted in the special provisions.
Materials Testing & Source Inspection: The number of field testing and source
inspection personnel assigned to the Project will vary throughout the duration of the
construction contract. CONSULTANT certified materials testing and source inspection
personnel will be assigned as needed by the Resident Engineer to meet the required
numbers and frequencies of testing based on the schedule of the construction contractor
and in accordance with latest Caltrans Construction Manual.
Materials Testing/Source Inspection Services will be provided on an on-call basis.
The duration of assignments could vary from a minimum of a few hours to the full term
of the Project. CONSULTANT personnel will be available within one (1) day of written
notification by SBCTA.
It is the intent of SBCTA to maintain a consistency of material testing/source inspection
quality throughout each phase of each project. CONSULTANT is therefore encouraged
to provide, where ever and whenever possible, the same personnel for the duration of
construction of each project.
On days when work is not performed by the construction contractor, such as rainy or
unsuitable weather days, CONSULTANT will not provide services unless authorized by
the SBCTA Project Manager.
5.c
Packet Pg. 69
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
7
CONSULTANT shall be responsible for finalizing a Source Inspection Quality
Management Plan (SIQMP) to match the project requirements, assist SBCTA in gaining
Caltrans approval, and manage the SIQMP. The SIQMP shall meet SBCTA and Caltrans
requirements. CONSULTANT shall provide Structural Materials Representative (SMR),
Steel inspectors, Non-destructive Steel Inspectors, Coating Inspectors, Precast Concrete
Inspectors and other source inspectors as needed.
All CONSULTANT personnel will be knowledgeable of, and comply with, all applicable
local, state, and federal regulations. All personnel shall cooperate and consult with
SBCTA during the course of the contract; and perform other duties as may be required to
assure that the construction is being performed in accordance with the Project plans and
specifications. CONSULTANT’s personnel will keep records and document the work as
directed by the Resident Engineer.
All services required herein will be performed in accordance with Caltrans regulations,
policies, procedures, manuals, and standards.
Construction Surveying: CONSULTANT will furnish surveying crew(s) to perform
construction surveys for the Project. The number of survey crew(s) assigned to the
Project may vary throughout the duration of the construction contract to meet the Project
needs. CONSULTANT personnel will be assigned as needed by the Resident Engineer
to meet the schedule of the construction contractor.
Construction surveying services will be provided on an on-call basis. It is the intent of
SBCTA to maintain a consistency of construction survey quality throughout each phase
of each project. Therefore, CONSULTANT is encouraged to provide the same field
personnel for the duration of construction. It is important that the Field Party Chief(s)
assigned to the Project be completely familiar with the survey requirements and the
assignments for the Project.
Construction surveying will not be performed when conditions such as weather, traffic,
and other factors prevent safe and efficient operation.
CONSULTANT personnel will:
Be knowledgeable of, and comply with all, applicable local, Caltrans, state, and
federal regulations.
Cooperate and consult with SBCTA officials during the course of the contract.
Perform duties as may be required to assure construction is performed in
accordance with the Project plans and specifications.
Keep records and document work as directed by SBCTA Project Manager.
All services required herein will be performed in accordance with applicable Caltrans
regulations, policies, procedures, manuals, and standards.
5.c
Packet Pg. 70
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
8
C. DUTIES AND RESPONSIBILITIES
1. Pre-construction Services
a. Schedule
CONSULTANT shall review the proposed Project schedule, compare it to
the Project plans and specifications, and provide recommendations to
SBCTA, as appropriate, to ensure efficiency of Contractor and
CONSULTANT operations and safe and expeditious completion of the
Project.
b. Budget
CONSULTANT shall review the Project estimate, quantities and provide
recommendations to SBCTA, as appropriate, to ensure efficient utilization
of funds and control of project costs.
c. Constructability Review
CONSULTANT shall review Project plans and special provisions for
possible errors and deficiencies and report such findings to SBCTA in a
format provided by SBCTA.
d. Early Utility Relocation
CONSULTANT shall assist SBCTA as requested, with the following
tasks:
1) Review of utility relocation plans
2) Utility coordination
3) Survey
4) Inspection
2. Bid Process
a. Bid Documents
CONSULTANT shall assist SBCTA, as requested, with the following
tasks:
1) Review of bid documents
2) Preparation of bid tabulations
b. Pre-construction Meetings
5.c
Packet Pg. 71
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
9
CONSULTANT shall assist SBCTA in conducting one, or more, pre-
construction meetings with all involved parties on the Project. Parties may
include, but are not limited to, the Contractor, design engineer, Caltrans,
County and City staff, utility companies, UPRR and developers.
c. Contract Award
CONSULTANT shall assist SBCTA, as requested, with the following
tasks:
1) Review of bid for completeness and responsiveness
Perform bid analysis
2) Development of contractor payment schedules, and other
procedural items.
3) Checking Contractor references, licenses, insurance, and sureties.
4) Coordination with prospective Contractor for award of
construction contract(s).
All processes will be consistent with procedures outlined by the California
Department of Transportation for Special Funded Programs and Local
Assistance Procedure Manuals.
3. Project Administration
a. CONSULTANT shall administer Project construction contracts using
Caltrans Construction Manual and Local Assistant Procedures Manual as a
guideline.
b. CONSULTANT shall conduct regular Project coordination meetings with
Contractor, SBCTA, local agencies, UPRR and design engineer, as
appropriate.
c. CONSULTANT shall prepare Contractor progress payments and maintain
payment records and supporting documentation. All progress payments
shall be reviewed by SBCTA for approval.
d. CONSULTANT shall provide reports as needed to comply with specific
funding requirements.
e. CONSULTANT shall establish and maintain Project records in
accordance with the Caltrans Construction Manual. Project record
keeping shall include, but are not limited to, correspondence, memoranda,
contract documents, change orders, claims, SBCTA and engineer
directives, meeting minutes, shop drawings, supplementary drawings, and
requests for payment. CONSULTANT shall maintain a record of the
names, addresses, and telephone and fax numbers of the Contractors,
subcontractors, and principal material suppliers.
5.c
Packet Pg. 72
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
10
f. CONSULTANT shall establish and maintain a filing system in hard copies
files and in electronic forms for each Project using the Caltrans
Construction Manual as a guideline. Electronic data documentation will
be required to be uploaded weekly to the SBCTA Major Projects Portal
g. CONSULTANT shall monitor Contractors’ construction schedules on an
ongoing basis and alert SBCTA to conditions that may lead to delays in
completion of the Project.
h. CONSULTANT shall prepare and submit a monthly Activity Summary
Report for the Project in a format approved by SBCTA. The activity
report shall include among other items status of Storm Water Pollution
Prevention Plan (SWPPP) issues, RFIs, contract change orders, and notice
of potential claims; construction activities completed, ongoing, and
upcoming; status of Project budget and schedule, and other highlights and
critical issues.
i. CONSULTANT shall review and ensure compliance with environmental
requirements.
j. CONSULTANT shall participate in partnering sessions with the
Contractor, SBCTA, and Local Agencies, as required.
k. CONSULTANT shall ensure that the Project meets all provisions of the
SBCTA Construction Materials Quality Assurance Program and Caltrans
Quality Assurance Program Manual.
l. CONSULTANT shall review Contractors’ certified payroll records and
ensure compliance with the requirements of the construction contract.
m. CONSULTANT shall ensure that the Project meets all provisions of the
SWPPP.
n. CONSULTANT shall assure that the Project meets all applicable
regulations of the Air Quality Management District (AQMD) and State
Water Resource Control Board (SWRCB).
o. CONSULTANT shall maintain redlined as-built plans on an ongoing basis
throughout the duration of the Project. Redlined plans shall show all
changes made to the original contract plans, each change identified with
the name of the approver, date of change approval, and Contract Change
Order (CCO) number, if applicable. CONSULTANT shall coordinate
final as-built plans submittal between design engineer and Caltrans to
obtain Caltrans acceptance of as-built plans.
5.c
Packet Pg. 73
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
11
4. Construction Coordination
a. CONSULTANT shall provide a minimum of one qualified Resident
Engineer to effectively manage the Project.
b. CONSULTANT Resident Engineer shall act as a prime point of contact
between Contractor, SBCTA, CONSULTANT’s construction surveyor,
CONSULTANT’s materials inspector/source inspection, and utility
companies. CONSULTANT may, when requested by SBCTA, act as
point of contact between design engineers, cities, and the public.
CONSULTANT shall ensure coordination with property owners adjacent
to Project right-of-way to ensure timely communication regarding
property-condition survey and construction activities and scheduling.
c. CONSULTANT shall maintain regular contact with the SBCTA Project
Manager.
d. CONSULTANT shall coordinate utility relocations with utility companies
and their designees, as well as the utility inspector.
e. CONSULTANT shall proactively review Project plans and special
provisions for possible errors and deficiencies prior to construction of any
specific element and report such findings to SBCTA. Should SBCTA
determine that changes are necessary, CONSULTANT shall assist in
implementation and processing of change orders in accordance with
contract documents.
f. CONSULTANT shall proactively review Project plans and special
provisions; monitor, coordinate, and track construction progress schedule
and RFIs; and communicate with various agencies prior to construction of
any specific elements to ensure the Project proceeds on schedule and
according to the order of work in the plans and special provisions.
CONSULTANT shall expedite work, as required, to maintain schedule in
conjunction with the overall construction staging program.
g. CONSULTANT shall coordinate review of shop drawings and Requests
for Information (RFI) with the SBCTA Project Manager. CONSULTANT
shall log and track all submittals and requests.
h. CONSULTANT shall provide a qualified SWPPP Coordinator who along
with the Resident Engineer shall review and certify contractor prepared
SWPPP and coordinate approval with SBCTA and the State Water
Resource Control Board. The SWPPP Coordinator shall be at a minimum
a Qualified SWPPP Developer (QSD) and a Qualified SWPPP Practitioner
(QSP). CONSULTANT shall provide at a minimum weekly SWPPP
monitoring and shall cooperate with all monitoring agency inspections and
field reviews.
5.c
Packet Pg. 74
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
12
i. CONSULTANT shall coordinate the implementation of any changes with
the SBCTA Project Manager and the design engineer.
j. CONSULTANT shall review and approve falsework and shoring plans.
CONSULTANT shall perform profilograph of the new bridge deck as per
Caltrans requirements and standards.
k. CONSULTANT shall review and approve Traffic Control Plans and
forward to SBCTA for Caltrans/City/County approvals, as necessary.
l. CONSULTANT shall coordinate all Project construction activities with
other on-going projects within and adjacent to the Project limits.
5. Construction Inspection
a. CONSULTANT shall coordinate all required inspections necessary for the
Project. CONSULTANT shall ensure that appropriate City, UPRR and
local agencies are notified and present as required throughout the Project.
CONSULTANT shall notify SBCTA immediately regarding any
directives, recommendations, notices, etc. received from agencies other
than SBCTA.
b. CONSULTANT shall perform daily on-site observations of the progress
and quality of construction to determine if the work being performed is in
general conformance with the contract documents, all applicable laws,
codes, and ordinances. CONSULTANT shall observe and document the
usage of UPRR flagman during construction.
c. CONSULTANT shall have valid Contractor Orientation Course
Certificate prior to entering UPRR property.
d. CONSULTANT shall exercise reasonable care and diligence to discover
and promptly report to SBCTA any and all defects or deficiencies in the
materials or workmanship used in the Project.
e. CONSULTANT personnel assigned to the Project shall be thoroughly
familiar with Caltrans Standard Specifications, Caltrans Standard Plans,
Caltrans Erosion Control and Highway Planting requirements, safety
standards and State Water Resources Control Board requirements.
CONSULTANT personnel shall have the ability to read and interpret
construction plans and specifications. CONSULTANT personnel shall
also have knowledge of State of California Construction Safety Orders
(CalOSHA) and traffic control practices as specified in the Work Area
Traffic Control Handbook (WATCH). In addition, CONSULTANT
personnel shall be thoroughly familiar with the construction requirements
of Caltrans’ Storm Water Pollution Prevention Program.
5.c
Packet Pg. 75
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
13
f. Assignments to be performed by CONSULTANT personnel shall include,
but are not limited to, the following:
1) Paving and subgrade inspection, sub-surface & finish surface
drainage inspection, structures and foundation inspection, electrical
inspection for traffic, ramp meter and irrigation control equipment,
signing and striping inspection, quantity calculations, checking
grade and alignment, construction traffic control, soil amendments
and plant material identification & quality control, hardscape
inspection, trenching & irrigation inspection and duties that may be
required to determine that construction of the Project is being
performed in accordance with the contract documents.
2) Identifying actual and potential problems associated with the
Project and recommending sound engineering solutions.
3) Identifying common plant diseases and/or pests together with their
respective eradication techniques, directing of plant adaptability
requirements along with proper planting & pruning techniques, and
avoiding potential problems associated with the Project by
recommending sound engineering solutions.
4) Perform basic sampling of construction materials in the field per
California Test Method 105 and 125 by both the prime and
subconsultant personnel.
5) Maintaining awareness of safety and health requirements.
Monitoring Contractors’ compliance with applicable regulations
and construction contract provisions for the protection of the
public and Project personnel.
6) Preparing complete and accurate daily reports, calculations, project
records, payment quantity documents, reports, and correspondence
related to Project activities.
7) Preparing construction sketches, drawings, and cross-sections, as
necessary.
8) Assisting in the preparation of as-built plans.
9) Providing inspections for environmental compliance.
10) Maintaining awareness of water discharge requirements.
Monitoring Contractors’ compliance with applicable regulations
and construction contract provisions.
11) Monitoring Contractors’ compliance with applicable regulations
required by AQMD.
12) Other duties as may be required or reasonably requested.
6. Project Support
a. Construction Surveys
CONSULTANT shall perform construction surveying services, field
calculations, and home office calculations to support construction of the
5.c
Packet Pg. 76
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
14
Project. CONSULTANT may be requested to review available survey
data, construction plans, and right-of-way plans to confirm compatibility
and to identify discrepancies prior to and during construction of proposed
projects. The Resident Engineer will assign survey work to the
CONSULTANT as needed by issuing a “Request for Survey Services”.
Requests may include, but not be limited to, the following types of surveys
and related services:
1) Construction Surveys
CONSULTANT shall perform construction staking and
calculations as needed.
a) Survey calculations and adjustments shall be performed
with established and computed coordinates based on the
California Coordinate System.
b) Cross-section data collection shall be performed by
conventional and terrain line interpolation survey methods.
c) Survey data will include topography, cross-section, and
other survey data in computer formats compatible with the
Caltrans computer survey and design systems.
d) Prepare and maintain survey documents. Survey documents
include survey field notes, maps, drawings, and other
survey documents.
e) Perform construction staking as directed by Resident
Engineer, including but not limited to:
i. Utility relocations including pre-construction
efforts, if required
ii. Clearing limits
iii. Slope staking
iv. Storm drain, sanitary sewer, and irrigation systems
v. Drainage structures
vi. Curbs, gutters, and sidewalk
vii. Horizontal and vertical control for structures and
portions of structures (bents, abutments, wingwalls,
etc.)
viii. Rough grade
ix. Finish grade
f) Monitor for settlement, if required.
g) Global Positioning Satellite (GPS) equipment shall be
made available if required by SBCTA.
2) Grid Grades
Grid grade data shall provide pavement elevations at the station
line, the left edge of pavement, the right edge of pavement, and the
right edge of travel way at 25 foot intervals for travel lanes.
5.c
Packet Pg. 77
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
15
3) Open Ended Traverses and Profile Data Sheets
Separate open-ended traverse calculations and point maps shall
depict plan data for station lines, utility lines, wall layout lines, and
abutment/bent alignment. Specific information to be shown will
be part numbers, coordinates, bearings, and curve data.
Profile data sheets are required for all profiles shown on the plans
identifying vertical design elements such as grade, point of
intersection (PI) location, beginning of vertical curve (BVC)
location, end of vertical curve (EVC) location, and curve length.
4) Three Line Profiles
Separate profile plots are required for the left edge of pavement,
the right edge of pavement, and the edge of shoulder for all travel
lanes.
5) Right-of-Way Lines
Existing right of way and easements will be established from Local
Agency’s record information and existing monumentation.
a) Right of way monumentation shall be renewed and restored
in accordance with Section 10.4 of the Caltrans “Survey
Manual” and the State of California Land Surveyor’s Act.
b) Corner records and records of surveys shall be prepared
and filed in accordance with the applicable standards and
the State of California Land Surveyor’s Act and the
California Subdivision Map Act.
c) Perpetuate existing monumentation, which includes
restoring, renewing, referencing, and resetting existing
boundary related monumentation. In addition, stake areas
where construction disturbs the existing right of way,
preparing and filing required maps and records.
New right of way and easements will be established from plans,
right of way maps, utility drawings, and Local Agency record
information, and existing monumentation.
a) Right-of-Way Surveys, which includes research and
preparation filing of required maps and records. In addition,
locate and set monuments for right of way and easement
lines, staking for right of way and easement fences.
b) Final monumentation, which includes setting of centerline
points of control upon completion of construction.
6) Special Design – Data Surveys
Includes drainage, utility, and surveys required for special field
studies.
7) Control Survey
Includes Project control surveys, aerial mapping control surveys,
horizontal and vertical control surveys. In addition, control
surveys will include restoration, renewal, reference, relocation, and
5.c
Packet Pg. 78
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
16
resetting of existing control monumentation. The CONSULTANT
will be required to provide horizontal and vertical control at the
end of each bridge.
8) Topographic Surveys
Topographic surveys will normally be compiled by ground survey
methods only.
CONSULTANT will provide all necessary Project related surveys
and construction staking, including horizontal and vertical control,
right of way, and easements. CONSULTANT shall coordinate all
staking and verify accuracy. CONSULTANT shall ensure timely
coordination of all staking requests from the Contractor.
b. Materials Testing, Source Inspection and Geotechnical Services
1) CONSULTANT will provide experienced personnel, equipment,
and facilities to perform various construction materials sampling
and testing including source inspection as required. Laboratory
and field materials testing will be used to ensure that structure and
roadway construction work conforms to California State
Department of Transportation (Caltrans) standards, specifications,
and special provisions for material quality and workmanship.
2) All field and laboratory testing are to be performed in accordance
with California Test Methods.
3) CONSULTANT will be responsible for the accuracy and
completeness of all test data compilation and results.
c. Public Outreach
General Public Outreach Plan will be provided and administered by
SBCTA.
1) SBCTA's primary goal is to assure the public that SBCTA is a
public agency that delivers quality transportation projects and
trustworthy, accurate and timely public information.
2) SBCTA will provide the primary outreach effort with supplemental
support as requested from CONSULTANT. This will be a targeted
approach with incremental outreach based on construction
schedule and staging. The primary target audiences identified for
this Project include, but are not limited to:
a) LOCAL AGENCY
b) SBCTA Board
c) LOCAL AGENCY and area Emergency Service Providers
d) School Transportation Coordinator(s)
e) Local Business Community
i. Specific businesses with expanding priority based
on proximity to work zone and detours
5.c
Packet Pg. 79
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
17
ii. Chamber of Commerce
f) Commuters
g) Recreational Travelers
h) Trucking Industry
i) Local media
i. Print
ii. Radio
iii. Television
3) In the weeks prior to the selection of a construction contractor,
SBCTA may coordinate an Emergency Responders Project
Briefing to highlight the Project details and possible access
challenges for consideration by the Project team.
4) Following the emergency responders briefing, SBCTA and
CONSULTANT may coordinate a Chamber of Commerce Project
Briefing to highlight the Project benefits, possible construction
schedule and traffic management plan.
5) Just prior to the start of field construction activities, SBCTA and
CONSULTANT (includes all PR subs) may coordinate a
groundbreaking media event with the LOCAL AGENCY to
ceremoniously open the Project. CONSULTANT will be called
upon to develop (with input from SBCTA) and maintain a task list
of deliverables for this event. CONSULTANT will acquire the
necessary items authorized for the event. CONSULTANT will be
responsible for set up and breakdown of the event site.
6) Prior to construction beginning, SBCTA and CONSULTANT may
coordinate a community meeting to share Project information,
construction scheduling, detour information and expected
challenges with the general public. CONSULTANT will be called
upon to develop (with input from SBCTA) and maintain a task list
of deliverables for this event. CONSULTANT will acquire the
necessary items authorized for the event. CONSULTANT will be
responsible for set up and breakdown of the event site. Staffing
this event will be determined based on availability.
7) Near the completion of the construction Project, SBCTA and
CONSULTANT will coordinate a ribbon-cutting media event.
CONSULTANT will be called upon in a similar fashion to the
groundbreaking event.
8) At various stages throughout the Project, SBCTA will request
support from CONSULTANT for the following items:
a) Establish and maintain stakeholder and/or ‘interested
parties’ list(s) – used for sharing Project updates during
Project construction. May need to be filtered to specific
audiences (i.e. emergency responders, city government,
etc.)
5.c
Packet Pg. 80
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
18
b) Development of a Project fact sheet (include Project
description, Project budget, Project schedule, SBCTA
contact information, LOCAL AGENCY contact
information, photos, logos, etc.)
c) Weekly media advisories (use SBCTA template).
CONSULTANT (or sub) will make weekly contact with
Project team to establish what road or lane closures (and
associated detours if applicable) will be taking place,
develop the advisory, send to SBCTA Public Information
Office for approval, submit to webmaster for posting,
distribute to appropriate media and stakeholder list.
d) Emergency notices – when needed.
e) Develop web content for project tab on SBCTA website.
This page should include same elements of fact sheet with
expanded detail when possible. If the information is
dynamic, please provide updates to SBCTA Public
Information Office for approval prior to submitting to
webmaster.
9) All requests for speaking to government councils, boards,
chambers of commerce or similar business or social groups shall
be directed to the SBCTA Public Information Office before
agreeing to appear.
10) All media inquiries shall be directed to the SBCTA Public
Information Office.
d. Permits
CONSULTANT shall review the Project for permit compliance and
coordinate with SBCTA and the design engineer to ensure that necessary
permits are obtained. CONSULTANT shall assist SBCTA in the
coordination, timely processing and verification of approval for all
permits. CONSULTANT shall maintain permits and permit
documentation on site.
7. Cost and Schedule
a. CONSULTANT shall monitor and track the following:
1) Contract pay item quantities and payments
2) Contract change orders
3) Supplemental work items
4) Agency furnished materials
5) Contingency balance
6) Project budget
5.c
Packet Pg. 81
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
19
b. CONSULTANT shall review and monitor Contractor’s schedule by
keeping an updated schedule to “shadow” that of the contractor and
inform SBCTA of any significant changes or deviations in the schedule.
c. CONSULTANT shall provide and maintain a Project staffing plan of field
office personnel based on the Contractor submitted baseline schedule
update. In cooperation with SBCTA, the staffing plan shall be periodically
updated to reflect Project progress and needs.
8. Contract Change Orders and Claims
a. CONSULTANT shall receive and evaluate requests for changes and/or
substitutions by the Contractor. Contract Change Orders submitted to
SBCTA shall be accompanied by CONSULTANT recommendations.
Where applicable, CONSULTANT shall convey proposed changes to
design engineer, or other Project consultants. If the requested changes are
accepted, CONSULTANT shall negotiate and prepare appropriate
Contract Change Orders.
b. CONSULTANT shall use its best efforts to avoid unnecessary Contract
Change Orders. When a Contract Change Order is necessary,
CONSULTANT shall consult with SBCTA prior to its preparation.
Unless directed otherwise by SBCTA, the preferred method of payment
for Contract Change Orders should be as follows:
1) Agreed Price
2) Adjustment in compensation to a bid item
3) Time and materials or Force Account
CONSULTANT shall perform independent force account analysis to
validate cost submitted by the Contractor for contract change orders with
agreed unit price, lump sum price, and adjustment in components.
Analysis shall be based on realistic production and resource needs to
complete the work.
c. CONSULTANT shall use its best efforts to identify all potential claims,
track and monitor unresolved claims. The CONSULTANT shall
implement appropriate claims avoidance processes where in the best
interests of SBCTA as determined by SBCTA’s Project Manager.
CONSULTANT shall provide timely responses to all potential claims and
maintain a correspondence log for each potential claim.
d. CONSULTANT shall assist SBCTA, as requested, in the identification,
resolution, and final disposition of claims filed by the Contractor or third
parties against SBCTA or the Project.
5.c
Packet Pg. 82
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
20
9. Safety
In addition to the requirements specified elsewhere in this contract, the following
shall also apply:
a. CONSULTANT shall implement and conduct a comprehensive safety
program including regular tail-gate safety meetings for CONSULTANT
personnel. CONSULTANT shall provide SBCTA with monthly status of
safety reports.
b. CONSULTANT shall comply with State of California Construction Safety
Orders and provisions of the Caltrans Construction Manual.
c. CONSULTANT shall provide appropriate safety training for all
CONSULTANT field personnel.
d. CONSULTANT shall obtain and maintain Contractor Orientation Course
Certificate prior to entering UPRR Right of Way.
e. CONSULTANT shall provide all necessary safety equipment as required
for CONSULTANT personnel.
10. Project Close Out
a. CONSULTANT shall prepare a list of items to be completed and/or
corrected by the Contractor for final completion of the Project.
b. CONSULTANT shall collect and furnish as-built information to the
design engineer for preparation of as-built drawings including pre-stress
drawings and pile logs, and any other documents required by Caltrans as
applicable.
c. CONSULTANT shall review and verify completeness of as-built
drawings.
d. CONSULTANT shall conduct a final walk-through with SBCTA, Local
Agencies, UPRR, Contractors, and design engineers.
e. CONSULTANT shall prepare final construction reports including the
Project Completion Report.
f. CONSULTANT shall prepare and deliver to SBCTA all Project files
including hard copies and electronic files.
g. CONSULTANT shall assist SBCTA and Contractor in obtaining final
release of all Project permits.
5.c
Packet Pg. 83
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
21
h. Project closeout services will be completed within two months of project
acceptance or upon acceptance of the Proposed Final Estimate.
D. DELIVERABLES
1. Inspector daily reports, extra work diaries, SBCTA tentative agreement sheets and
Resident Engineers’ daily diaries.
2. Monthly Project Summary Reports and SIQMP Monthly Reports.
3. Weekly update of all files to SBCTA Portal.
4. Monthly Contractor progress payments, back-up documentation, and Contractor
payment records.
5. Contractor final payment documents, delivered to SBCTA no later than ten (10)
working days after Acceptance by SBCTA of the completed construction Project.
6. Project Completion Report documents per Local Assistance Procedure Manual
and Caltrans Construction Manual.
7. All Project files, Project reports, Record As-builts, correspondence, memoranda,
shop drawings, Project logs, schedule updates, change order data, claims and
claim reports, and Contractor payment records per Caltrans Construction Manual.
8. Certified payrolls and fringe benefit statements for all employees,
CONSULTANT and Contractor, who are subject to the State and/or Federal
prevailing wage rates.
9. American For Disabilities Act certification of project per Caltrans Standards.
10. Complete ECR report per Caltrans Standard.
11. File and obtain Notice of Termination from the Regional Water Quality Control
Boards.
12. All material test results will be provided in accordance with the applicable
Standard Specifications and Special Provisions, and test methods. Failing tests
will be immediately reported to the Resident Engineer or Structures
Representative. All test results will be recorded on the appropriate forms.
The test documents will be legible and show the identity of the tester where
appropriate. A notebook containing all test results and reports will be maintained
by CONSULTANT throughout the duration of the Project and delivered to
SBCTA with the Project files.
13. Record of Survey and Righ- of-Way Monumentations and recording with County.
5.c
Packet Pg. 84
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
22
14. Unless otherwise specified in the survey request, the deliverables shall conform to
the following:
a. Survey points, lines, and monuments shall be established, marked,
identified, and referenced as required by survey request and requirements
herein.
b. Survey notes, drawings, calculations, and other survey documents and
information shall be completed as required by the survey request and the
requirements herein.
c. All original survey documents resulting from this contract, including
original field notes, adjustment calculations, final results, and appropriate
intermediate documents, shall be delivered to the Resident Engineer and
shall become the property of SBCTA. A copy of all survey documents
furnished by SBCTA shall be retained by CONSULTANT for future
reference.
When the survey is performed with a total station survey system, the
original field notes shall be a hard copy in a readable format of the data
(observations) as originally collected and submitted by the survey party.
The hard copy shall be signed by the Party Chief. If the Party Chief is not
licensed, the person in “responsible charge” will be required to sign.
d. Deliverables to the Resident Engineer shall follow the format specified
below:
1) Horizontal Control
2) Alpha numeric hard copy point listing with adjusted California
Coordinate System northing and easting and the appropriate
descriptions.
3) Vertical Control
4) Alpha numeric hard copy benchmark listing with adjusted
elevations compatible with the design datum.
5) Topography
6) Alpha numeric hard copy listing, hard copy drawing, and computer
aided drawing and design (CADD) digital drawing. The CADD
drawing shall be compatible with the systems utilized by Caltrans.
e. Data collection method used to collect cross-section data and the coding
(feature description) of terrain data for cross-sections shall conform to the
survey request requirements. Deliverables shall depend on the data
collection method as follows:
1) Conventional Cross – Sections (each cross – section):
For each cross - section and alpha numeric listing, a hard copy
drawing, and a computer formatted file compatible with the
systems utilized by Caltrans.
5.c
Packet Pg. 85
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
23
2) Terrain Line Interpolation Cross – Section Data (each terrain line
interpolation survey):
Terrain line interpolation cross – sections shall include an alpha
numeric listing, a hard copy plan view drawing of the terrain lines,
and a computer input file. The computer input file shall be
provided in a format compatible with the systems utilized by
Caltrans.
3) Data Collector Data
If specified in the survey request, the raw data from the data
collector shall be provided in a format conforming to the survey
request requirements.
4) Other—As specified in the survey request.
E. EQUIPMENT AND MATERIALS TO BE PROVIDED BY CONSULTANT
1. CONSULTANT shall provide all necessary equipment including software,
materials, supplies, miscellaneous tools, phones, vehicles, and safety equipment
required for its personnel to perform the services accurately, efficiently, and
safely. The above noted items are not to be included in Other Direct Cost
(ODC’s) of Consultants Cost Proposal and are part of the consultants overhead.
Only those items authorized by SBCTA in CONSULTANT Cost Proposal, shall
be reimbursed by SBCTA.
2. CONSULTANT personnel shall be provided with vehicles suitable for the
location and nature of the work involved. Vehicles shall be equipped with
flashing yellow lights, either permanently or temporarily affixed.
3. CONSULTANT personnel shall be provided with a mobile radio, cellular phone,
or other means to assure full-time communication. If a radio system is to be used,
CONSULTANT shall provide a base station at the field office.
4. CONSULTANT shall provide profilograph and/or inertial profiler equipment and
certified operator if requested by SBCTA.
5. CONSULTANT personnel shall be provided with all applicable standard plans,
specifications, and other standards as appropriate (see item G below).
6. For Materials Testing, CONSULTANT and its staff will be fully equipped at all
times to perform the services required, including but not limited to the following:
a. An on-site mobile laboratory or laboratory in close proximity to the
Project will be required. The type and location of the lab should be such
that it can meet the needs of the Project in an efficient, time effective
manner. The laboratory is to be fully staffed, equipped, and supplied to
conduct all required soils, materials, and concrete breaking tests in a
timely manner.
5.c
Packet Pg. 86
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
24
b. Field personnel will be provided with all necessary safety equipment to
permit work to be performed safely and efficiently within operating
highway and construction zone environments.
c. All equipment to be calibrated as per Section 3-10 and 3-11 of Caltrans’
Quality Assurance Program Manual.
7. For construction surveying, CONSULTANT and staff shall have adequate
equipment and supplies to complete the required survey work. Equipment and
supplies shall, include, but not be limited to:
a. Survey vehicles:
Survey vehicles will be suitable to perform the required work in varying
terrain and conditions encountered on the Project. Vehicles shall be fully
equipped with all necessary tools, instruments, supplies, and safety
equipment required to perform the work accurately, efficiently, and safely.
Vehicles shall be equipped with a flashing yellow beacon light.
b. Data Processing Systems:
Data processing systems shall include hardware and software to:
1) Performing survey and staking calculations from the design plans
and specifications;
2) Reduce survey data collected with conventional and total station
survey systems;
3) Perform network adjustments for horizontal and vertical control
surveys;
4) Format survey data to be compatible with the Caltrans computer
survey and data system.
c. Drafting equipment and supplies.
d. Digital calculators.
e. Hand tools as appropriate for the requested survey work.
f. Traffic cones (minimum 25). Traffic cones shall be 28 inches in height
(minimum).
g. Traffic control devices as required to perform the requested survey work.
Traffic control devices include signs, sign bases, flags, and hand held
signs.
h. Leveling instruments and equipment:
1) Self-leveling level. Precision: Standard deviations in one mile of
double run leveling 0.005 feet or less.
5.c
Packet Pg. 87
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
25
2) Suitable level rods for the work to be performed.
i. Distance measuring instruments and equipment:
1) Electronic distance measurer (EDM). Precision: standard deviation
3 mm plus 3 PPM, or less; Range: Minimum one mile under
average atmospheric conditions.
2) Prisms, sufficient to perform the required work.
3) Tapes; steel, cloth.
j. Angle measuring instruments and equipment:
1) Theodolite for non-control surveys; Precision: direct circle reading
to three seconds, or equivalent, horizontal and vertical.
2) Targets as required to perform the work.
k. When required for efficient survey operations, total station survey systems
consisting of an electronic angle measuring instrument, EDM, and
electronic data collector shall be provided. The angle measuring
instruments and EDM shall conform to the requirements for the equipment
previously listed.
l. Radio or cellular communications equipment for communication between
field office and field crews.
m. Caltrans manuals, standards, forms, and other policies and procedures to
be followed to perform the required work.
F. MATERIALS TO BE FURNISHED BY SBCTA
1. SBCTA will provide three (3) copies of all Project construction documents
including plans, and special provisions, and one (1) copy of all other reports,
designer prepared resident engineer files, and contracts. In addition, SBCTA will
provide one (1) full size (24" x 36") sets of plans for use in the construction field
office as record documents.
2. SBCTA will provide copies of all previously secured permits and Project
authorizations.
3. SBCTA Construction Management Forms including SBCTA Construction
Materials Quality Assurance Program, sample SIQMP and appropriate forms for
recording test data in accordance with Caltrans practices and procedures outlined
in the “Manual of Test”.
G. STANDARDS
All construction inspection, surveys, materials sampling and testing, and contract
administration shall be in accordance with the Project bid documents, special provisions,
plans, and current Caltrans Manuals including:
5.c
Packet Pg. 88
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
26
1. Construction Manual and its revisions
2. Bridge Construction Records and Procedures Manual
3. Quality Assurance Program Manual
4. Manual of Traffic Controls for Construction and Maintenance Work Zones
5. Caltrans Standard Specifications and Standard Plans
6. Caltrans Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution
Control Program (WPCP) Preparation Manual
7. Manual of Test (3 volumes)
8. Survey Manual
9. District 8 Standard Staking Procedures Manual
Work not covered by the manuals shall be performed in accordance with accepted
professional standards.
Surveys performed by CONSULTANT shall conform to the requirements of the Land
Surveyor’s Act. In accordance with the Land Surveyor’s Act, “responsible charge” for
the work shall reside with the Licensed Land Surveyor or a pre-January 1, 1982,
Registered Professional Civil Engineer in the State of California.
Unless otherwise specified in the survey request, control surveys shall conform to second
order (modified) accuracy standards as specified in the Caltrans “Survey Manual”.
Additional standards for specific survey work may be included in the applicable request
for survey. Such standards supplement the standards specified herein. If additional
standards conflict with the standards specified herein, the “Survey Request’s” standard
shall govern.
The Resident Engineer and SBCTA will confer to resolve all questions, which may arise
as to the quality or acceptability of deliverables furnished and work performed for this
Project and are not otherwise addressed by the contract documents.
Any CONSULTANT employee who does not perform adequately will be replaced if
directed by the SBCTA Project Manager.
H. AVAILABILITY AND WORK HOURS
The typical workday includes all hours worked by SBCTA’s construction Contractor including
nights and weekends. The construction Contractor’s operations may be restricted to specific
hours during the week, which will become the normal workday for CONSULTANT’s personnel.
On days when work is not performed by the construction contractor, such as rainy or unsuitable
weather days, CONSULTANT services will not be provided unless authorized by the SBCTA
Project Manager.
5.c
Packet Pg. 89
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
27
Unless otherwise directed by SBCTA, the normal work week will consist of 40 hours.
From time to time, overtime may be required. However, overtime will be worked only when
approved in writing by SBCTA.
I. LIMITATIONS TO AUTHORITY
CONSULTANT does not have the authority to:
1. Authorize deviations from the contract documents.
2. Approve substitute materials or equipment; except as authorized in writing by
SBCTA.
3. Conduct or participate in tests or third party inspections; except as authorized in
writing by SBCTA.
4. Assume any of the responsibilities of the Contractors, Contractors’
Superintendent, or subcontractors.
5. Exercise control over or be responsible for construction means, methods,
techniques, sequences, procedures, or safety precautions.
6. Communicate directly with subcontractors or material suppliers without the prior
consent of the Contractor.
7. Verbally authorize or approve change orders or extra work for the Project.
8. Offer or receive incentives, inducements, or other forms of enumeration to or
from the Contractor to perform services or work outside the terms of any executed
contracts for this Project.
J. THIRD PARTY RELATIONSHIPS
This engagement is intended to provide unique services for a specific project. In the
development of the Project, SBCTA has worked closely with various professional
consultants, agencies, and others in the preparation of the construction documents and
other Project related materials. SBCTA, however, is solely responsible for and will be
the sole point of contact for all contractual matters related to the Project.
CONSULTANT shall take direction only from SBCTA and shall regularly inform only
SBCTA of Project progress, outstanding issues, and all Project related matters.
During the course of the Project, CONSULTANT may find occasion to meet with
Caltrans, City or County representatives, the design engineer, Project consultants, or
other third parties who have assisted with the Project. These entities may, from time to
time, offer suggestions and/or recommendations regarding the Project or elements of the
Project. While SBCTA enjoys a close relationship with and has considerable confidence
in the capabilities of these other parties, CONSULTANT shall not act on any
suggestions, solicited or unsolicited, without obtaining specific direction from SBCTA.
All oral and written communication with outside agencies or consultants related to the
Project shall be directed only to SBCTA. Distribution of Project related communication
and information shall be at the sole discretion of SBCTA representatives.
5.c
Packet Pg. 90
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
28
K. CONSTRUCTION SITE SAFETY
In addition to the requirements specified elsewhere in this RFP, the following also will
apply.
1. CONSULTANT will conform to the safety provisions of the Caltrans Construction
Manual.
2. CONSULTANT’s field personnel will wear white hard hats with proper suspension,
orange vests with reflective tape, sleeved shirt, long pants, and leather boots with
ankle support and rubber soled shoes at all times while working in the field.
3. CONSULTANT will provide appropriate safety training for all CONSULTANT’s
personnel, including work on and near highways.
4. All safety equipment will be provided by CONSULTANT.
L. BASIS FOR SURVEY AND MONUMENT STAKING
SBCTA will designate the existing horizontal and vertical control monuments that are the
basis of CONSULTANT performed surveys. SBCTA will provide the California
Coordinate System values and/or elevation values for these monuments. CONSULTANT
shall adjust CONSULTANT performed surveys to be the designated control monuments
and the values.
Monuments established by CONSULTANT shall be marked by CONSULTANT with
furnished disks, plugs and tags. In addition, CONSULTANT shall identify
CONSULTANT established monuments by tagging or stamping the monuments with the
license or registration number of CONSULTANT’S surveyor who is in “responsible
charge” of the work.
M. PERSONNEL QUALIFICATIONS AND RESPONSIBILITIES
The quantity and qualifications of field personnel to be assigned will be determined by
the scope of the Project and the degree of difficulty of required tasks to be performed.
Again, all personnel and personnel assignments are subject to approval by SBCTA.
While some areas of responsibility may overlap, as a guideline, CONSULTANT
personnel assigned to the Project should have the following qualifications:
1. CONSULTANT Project Manager
a. A minimum of six (6) years' project management experience on similar
construction projects is desired.
b. Accessible to SBCTA at all times during normal working hours.
5.c
Packet Pg. 91
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
29
c. A thorough understanding of Caltrans construction practices and
procedures.
d. A thorough understanding of Cal-OSHA practices and procedures.
e. The CONSULTANT Project Manager will assume the following
functional responsibilities:
1) Review, monitor, train, and provide general direction for
CONSULTANT personnel.
2) Assign personnel to projects on an as-needed basis.
3) Administer personal leave.
4) Prepare monthly reports for delivery to SBCTA.
2. Resident Engineer
a. A minimum of eight (8) years' resident engineer experience on similar
construction projects is desired.
b. Licensed Professional Civil Engineer in the State of California.
c. Ability to work independently, make effective decisions concerning
construction work in progress, and solve field problems.
d. Accessible to SBCTA at all times including weekends and holidays.
e. Certified as a Qualified SWPPP Developer or Practitioner is desired.
f. A thorough understanding of Cal-OSHA practices and procedures.
g. A thorough understanding of American with Disability Act (ADA) and
20-1002342 Caltrans ADA requirements. Completion of Caltrans
Temporary Pedestrian Facilities training within last 6 months.
h. A thorough understanding of Caltrans field methods, practices, and
construction office procedures. The Resident Engineer will assume the
following functional responsibilities:
1) Monitor and provide daily direction to CONSULTANT
construction inspection personnel.
2) Assign field personnel to specific project tasks.
3) Monitor and track Contractor progress.
4) Prepare daily, weekly and monthly reports as required.
5) Coordinate utility relocations with appropriate agencies and the
utility inspector.
6) Monitor and coordinate work with UPRR within UPRR right of
way.
5.c
Packet Pg. 92
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
30
7) Act as prime field contact between various project Contractors and
the SBCTA Project Manager.
8) Ability to work independently, make effective decisions
concerning construction work in progress, and solve field
problems.
3. Lead Field Inspector
a. A minimum of six (6) years' construction inspection experience in public
works or similar projects or a four-year degree in the field of civil
engineering, transportation and four years of similar construction
experience is desired.
b. A thorough understanding of Cal-OSHA practices and procedures.
c. Knowledge of Caltrans construction practices, physical characteristics and
properties of highway construction materials, and approved methods and
equipment used in making physical tests of construction materials.
d. Ability to work independently, make effective decisions concerning
construction work in progress, and solve field problems.
e. Ability to direct the efforts of subordinate inspectors.
f. Ability to use an automatic level and transit for the purpose of verifying
line and grade.
g. Certified as a Qualified SWPPP Developer or Practitioner is desired.
h. A thorough understanding of American with Disability Act (ADA) and
Caltrans ADA requirements. Completion of Caltrans Temporary
Pedestrian Facilities training within last 6 months.
i. Understanding of Caltrans field and construction office procedures.
The Lead Field Inspector will assume the following functional
responsibilities:
1) Assist in inspections to assure compliance with contract plans,
specifications, and special provisions on all phases of construction.
2) Assist in the preparation of contract change orders, contract
estimates, progress pay estimates, and other documents or reports
required for the Project.
3) Coordinate field testing of materials to monitor compliance with
Project specifications and Caltrans Quality Assurance Program.
4) Maintain accurate and timely Project records. Perform quantity
calculations for progress pay estimates.
5) Perform analytical calculations such as basic earthwork, grading,
profiles, and special staking procedures.
5.c
Packet Pg. 93
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
31
6) Provide input for the redesign of facilities to fit existing field
conditions.
7) Monitor and track Contractor progress. Prepare daily, weekly, and
monthly reports as required.
4. Field Inspector
a. Two (2) years' construction inspection experience in public works or
similar projects or a four-year degree in the field of civil transportation
engineering is desired.
b. A thorough understanding of Cal-OSHA practices and procedures.
c. Knowledge of construction practices, physical characteristics and
properties of construction materials, and approved methods and equipment
used in making physical tests of construction materials.
d. Ability to work independently. Ability to make minor decisions
concerning construction work in progress and to solve field and office
problems.
e. Ability to use an automatic level and transit for the purpose of verifying
line and grade.
f. Certified as a Qualified SWPPP Developer or Practitioner is desired.
g. A thorough understanding of American with Disability Act (ADA) and
Caltrans ADA requirements. Completion of Caltrans Temporary
Pedestrian Facilities training within last 6 months.
h. Understanding of Caltrans construction methods and practices. The Field
Inspector will assume the following functional responsibilities:
1) Assist in inspections to assure compliance with contract plans,
specifications, and special provisions on all phases of project
construction.
2) Assist in preparation of contract change orders, contract estimates,
progress pay estimates, and other documents or reports required for
the Project.
3) Coordinate field testing of materials to monitor compliance with
Project specifications and Caltrans Quality Assurance Program.
4) Perform quantity calculations for progress pay estimates and
maintain Project records.
5) Perform analytical calculations such as basic earthwork, grading,
profiles, and special staking procedures.
6) Provide input for the redesign of facilities to fit existing field
conditions.
7) Perform construction materials sampling.
5.c
Packet Pg. 94
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
32
8) Perform labor compliance interviews of the Contractors’
personnel.
5. Structure Representative
a. A minimum of six (6) years' of bridge or structural construction inspection
as related to major public works projects and a four-year degree in civil
engineering is desired.
b. A minimum or four (4) years as a Structural Representative on major
public works projects.
c. Licensed Professional Civil Engineer in the State of California.
d. Knowledge of stress analysis, structural mechanics, and strength of
materials.
e. A thorough understanding of Cal-OSHA practices and procedures.
f. Knowledge of Caltrans and Greenbook construction practices and the
physical characteristics and properties of various bridge construction
materials including concrete.
g. Experience in the following areas: foundations, pile driving, concrete
prestressing, bridge deck construction, cast-in-place wall construction,
falsework, shoring and bridge demolition over freeway and railroad.
h. Ability to work independently. Ability to perform duties in the
construction field office and effectively make decisions concerning
construction work in progress and solving field problems.
i. Ability to direct the efforts of subordinate inspectors.
j. Ability to use an automatic level and transit for the purpose of verifying
line and grade.
k. Thorough understanding of Caltrans field methods, practices, and
construction office procedures. The Structural Representative shall
assume the following functional responsibilities:
1) Assist in inspections to assure compliance with contract plans,
specifications, and special provisions on all phases of structural
construction such as bridges, foundations, walls, falsework,
shoring, and drainage structures.
2) Make grade, alignment, quantity, falsework, and shoring
calculations.
5.c
Packet Pg. 95
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
33
3) Assist in the preparation of contract change orders, contract
estimates, progress pay estimates, and other documents or reports
required for the Project. Coordinate the sampling and testing of
construction materials to monitor compliance with contract
specifications.
4) Monitor and track Contractor progress. Prepare daily, weekly, and
monthly reports as required.
5) Coordinate with Resident Engineer, as well as the Construction
Staking and Material Testing consultants.
6) Direct the daily activities of subordinate inspectors.
6. Structure Inspector
a. A minimum of four (4) years' of bridge design or structural construction
inspection as related to Caltrans or major public works projects and a
four-year degree in civil or structural engineering is desired.
b. Knowledge of stress analysis, structural mechanics, and strength of
materials.
c. A thorough understanding of Cal-OSHA practices and procedures.
d. Knowledge of construction practices and the physical characteristics and
properties of various highway bridge construction materials including
concrete.
e. Experience in one or more of the following areas: pile driving, concrete
prestressing, bridge deck construction, retaining wall construction,
falsework, shoring and bridge demolition over freeway and railroad.
f. Ability to work independently and make minor decisions concerning
construction work in progress and to solve field and office problems.
g. Ability to use an automatic level and transit for the purpose of verifying
line and grade.
h. Understanding of Caltrans construction methods and practices.
The Structural Inspector will assume the following functional
responsibilities:
1) Assist in inspections to assure compliance with contract plans,
specifications, and special provisions on all phases of structural
construction such as bridges, foundation, walls, falsework, shoring,
and drainage structures.
2) Make grade, alignment, quantity, falsework, and shoring
calculations.
3) Assist in the preparation of contract change orders, contract
estimates, progress pay estimates, and other documents or reports
required for the Project.
5.c
Packet Pg. 96
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
34
4) Sampling and testing of construction materials to monitor
compliance with contract specifications and Caltrans Quality
Assurance Program.
7. Office Engineer
a. A minimum of two (2) years' experience as an office engineer on similar
construction projects is desired.
b. Knowledge of Caltrans Office of Highway Construction forms used to
administer construction projects.
c. Knowledge of Caltrans system of document organization.
d. Knowledge of construction records and accounting procedures.
e. Knowledge of documentation, procedures, and reporting for federally
funded projects.
f. Knowledge of laws and regulations governing the payment of prevailing
wages.
g. The Office Engineer will assume the following functional responsibilities:
1) Process monthly progress pay estimates, proposed final estimates,
monthly status reports, extra work reports, and weekly statements
of working days.
2) Prepare and process contract change orders.
3) Monitor construction budget and schedule.
4) Prepare, maintain, and/or file project documents including labor
and equipment records, correspondence, memoranda, meeting
minutes, claims, personnel records, labor compliance reports,
material testing and inspection reports and daily, weekly, and
monthly reports.
5) Perform routine calculations and checking of quantities.
6) Coordinate all office activities and functions with SBCTA
representatives.
8. Materials Testing/Source Inspection Project Manager
a. A minimum four (4) years' project management experience on a similar
highway/bridge construction project is desired.
b. Licensed Civil Engineer in the State of California.
c. Ability to use typical computer programs including word processing and
spreadsheets.
5.c
Packet Pg. 97
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
35
d. The Materials Testing/Source Inspection Project Manager will assume the
following functional responsibilities:
1) Review, monitor, train, and provide general direction for
CONSULTANT’s laboratory, field and source inspection
personnel.
2) Assign personnel to projects on an as-needed basis in coordination
with the Resident Engineer.
3) Administer personal leave, subject to approval of the Resident
Engineer.
4) Prepare monthly reports for delivery to the Resident Engineer.
5) Provide direction, administration, and responsibility for Materials
Certification per Caltrans Construction Manual, Section 8-01.
6) Assist SBCTA and Resident Engineer in preparing the project
specific Source Inspection Quality Management Plan (SIQMP) for
Caltrans review and approval. (Reference Caltrans “Source
Inspection Quality Management Plan (SIQMP Outline dated
04/17/12).
7) Provide direction, administration, and responsibility for
implementation of the approved SIQMP per Caltrans Construction
Procedures Directive (CPD) 08-5 and FHWA Title 23
requirements.
Material testing/source inspection personnel will be certified by a California
Registered Civil Engineer as being experienced and competent in the test
procedures required for the work involved (and possess a current certificate of
proficiency (Form MR-0111) in accordance with Quality Assurance Program
Manual (Section 3-5). Independent certification of Caltrans test procedures may
be performed at the discretion of the SBCTA Project Manager.
9. Materials Technicians
CONSULTANT personnel provided under this contract will have a variety of
skills and experience appropriate for the level of tasks to be assigned. Field
personnel shall be certified by Caltrans and should have a minimum of two (2)
years' experience in conducting material sampling and testing of the type required
for the projects involved and possess the following additional capabilities:
a. Have the ability to establish specific locations for appropriate tests when
construction contract administration personnel are not available.
b. Be familiar with construction practices and be fully aware of construction
activities at the Project site.
c. Have knowledge of and comply with safety and health regulations and
5.c
Packet Pg. 98
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
36
requirements applicable to the Project.
d. Specific qualifications for technicians are as follows:
1) CONSTRUCTION TECHNICIAN I
a) Performs a variety of semi-skilled activities. Examples of
duties assigned to this classification are:
i. Conducting quality control tests such as soil
densities, sieve analysis tests, operation scales and
inspecting spread operations.
ii. Sampling and transporting produced construction
materials from point of application or production to
testing laboratory.
b) Knowledge and Skills Required
i. Knowledge of tools, equipment and vehicles
utilized in construction.
ii. Knowledge of standard equipment and materials
used for the sampling and testing of construction
material.
iii. Knowledge of basic mathematics used in the
computation of a variety of construction items.
iv. Knowledge of record keeping, preparing of
documents and reports.
2) CONSTRUCTION TECHNICIAN II
a) Performs a variety of skilled activities. Examples of duties
assigned to this classification are:
i. Inspecting minor construction items, sampling and
inspection of steel reinforcement, sampling and
inspection of concrete placing operation.
ii. Collect and analyze soil samples of construction
materials to determine compaction and moisture
content.
iii. Inspection and sampling of all phases of asphalt
concrete and PCC paving operation, including plant
inspection.
iv. Confers with construction engineers and contractors
regarding construction in progress and is in
conformance to specifications and construction
plans.
v. Answers questions and resolves problems.
vi. Inspects construction in progress to ensure
conformance with specification, agreements, and
established requirements.
vii. Keeps daily diary of work progress.
viii. Prepares reports on all field inspections and submits
project quantities on a daily basis.
5.c
Packet Pg. 99
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
37
ix. Keeps accurate documentation for force accounts
and possible claims.
b) Knowledge and Skills Required
i. All knowledge and skills required of lower
classification.
ii. Knowledge of currently accepted methods,
procedures and techniques used in highway
construction inspection, survey, materials testing,
and quality control equipment.
iii. Skill in interpersonal relations as applied to contact
with contractors, representatives of other
governmental jurisdictions, and other
SBCTA/Caltrans staff.
3) CONSTRUCTION TECHNICIAN III
a) Exercises considerable independent judgment within
general Caltrans standards and guidelines. Examples of
duties assigned to this classification are:
i. Inspect Project construction on an ongoing basis to
assure compliance with contract and in accordance
with State and local standards.
ii. Perform a variety of structural material tests and
inspections.
iii. Reviews construction plans and verified that these
are in accordance with designated specifications and
other requirements.
iv. Participates in the preparation of completed work
estimates, to calculate compensation due contractor.
v. Examines and verifies numeric data and material
specifications on project cost source documents,
utilizing geometry and trigonometry calculations.
vi. Supervises all work activities involved in
construction projects, laboratory, and quality
control work.
vii. Recommends approval of proposed Project changes.
b) Knowledge and Skills Required
i. All knowledge and skills required of lower
classifications.
ii. Knowledge of the principles and practices of Civil
Engineering as applied to the construction of state
highways.
iii. Skill in analyzing and evaluating a wide variety of
highly technical engineering data, including
construction plans, field survey and quality control
documents.
iv. Skill in interpreting and implementing Caltrans
standards, policies, procedures and regulations.
5.c
Packet Pg. 100
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
38
v. Skill in interpersonal relations, as applied to
contacts with contractors, representatives of other
governmental jurisdictions, and other
SBCTA/Caltrans staff.
10. Construction Surveying Project Manager
a. A minimum four (4) years’ project management experience on similar
construction projects is desired.
b. Licensed Surveyor or pre-January 1, 1982 Registered Professional
Engineer in the State of California.
c. Accessible to the Resident Engineer and SBCTA at all times during
normal working hours as specified in this Scope of Services.
d. Under the direction of the Resident Engineer, the Survey Project Manager
will be responsible for:
1) Review, monitor, train, and provide general direction for
CONSULTANT survey personnel.
2) Assign personnel to projects on an as-needed basis.
3) Administer personal leave, subject to approval of the Resident
Engineer.
4) Prepare monthly reports for delivery to the Resident Engineer.
11. Field Party Chief(s)
a. The person(s) holding the position of Party Chief shall meet at least one of
the following licensing requirements:
1) A licensed Land Surveyor in the State of California.
2) A pre-January 1, 1982, Registered Professional Civil Engineer in
the State of California.
3) An experienced surveyor who serves as chief under the direction or
supervision of a person who is a licensed Land Surveyor or pre-
January 1, 1982 Registered Professional Civil Engineer in the State
of California. The direction or supervision shall place the
supervisor in “responsible charge” of the work. “Responsible
Charge” is defined in Chapter 15 of the Business and Professions
Code (the Land Surveyor’s Act) and Title 16, Chapter 5, of the
California Administrative Code (regulations adopted by the Board
of Registration for Professional Engineers and Land Surveyors).
b. The Party Chief(s) should have a minimum two (2) years’ survey
experience on similar construction projects and possess the following
additional capabilities:
1) Thorough knowledge of construction survey practices and the
ability to read and interpret plans and specifications.
5.c
Packet Pg. 101
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
39
2) Ability to make effective decisions concerning field problems and
work in progress.
3) Familiarity with typical coordinate geometry computer programs.
4) Familiarity with safety requirements for surveying near traffic.
c. The Party Chief(s) will assume the following responsibilities:
1) Perform construction staking services for Project construction.
2) Administer day to day activities for the survey party.
3) Perform analytical survey calculations for items such as grading,
horizontal and vertical control, right of way, and minor in-field
design.
4) Maintain continuous communication with the Resident Engineer,
field personnel, and construction administration staff.
12. Survey Crews
a. Qualifications for survey crew members should include the following:
1) A minimum of one (1) year of survey experience on similar
construction projects is desired.
2) Fundamental knowledge of construction survey practices and the
ability to read and interpret plans and specifications.
3) Ability to assist Party Chiefs and office personnel in all required
surveying work.
4) One survey crew member must have the ability to assume
temporary leadership of the survey party in the absence of the
Party Chief.
b. Under the direction of the Resident Engineer and the Party Chief, the
survey crew members will assume the following responsibilities:
1) Perform basic calculations to support construction staking.
2) Maintain continuous communication with Party Chiefs and office
personnel.
END OF SCOPE OF WORK
5.c
Packet Pg. 102
Att
ach
men
t: 2
0-10
0234
2 S
OW
[R
evis
ion
3]
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
ATTACHMENT B
Specific Rate of Compensation (use for on call or As- Needed contracts)(Consruction Engineering and Inspection Contracts)
Form 351 - Specific Rate of Compensation Cost Proposal 6/2014
WSP USA Inc. Hours CostLabor Costs 21464 5,553,996.57$ Other Direct Costs 105,191.49$
Sub total 21464 5,659,188.06$ Arellano AssociatesLabor Costs 405 37,703.90$ Other Direct Costs 12,700.25$
Sub total 405 50,404.15$ David Evans and Associates, IncLabor Costs 4556 755,672.81$ Other Direct Costs 11,737.50$
Sub total 4556 767,410.31$ Dynamic Engineering Services, Inc.Labor Costs 2646 476,539.65$ Other Direct Costs 49,987.91$
Sub total 2646 526,527.56$ Kleinfelder Construction Services, Inc.Labor Costs 7557 1,243,840.54$ Other Direct Costs 35,297.00$
Sub total 7557 1,279,137.54$ SYRUSA Engineering, Inc.Labor Costs 3064 567,441.28$ Other Direct Costs -$
Sub total 3064 567,441.28$ TRC Engineers, Inc.Labor Costs 1240 236,076.00$ Other Direct Costs 5,636.18$
Sub total 1240 241,712.18$ Twining, IncLabor Costs 3505 425,799.20$ Other Direct Costs 254,690.00$
Sub total 3505 680,489.20$ ZT Consulting Group, Inc.Labor Costs 2950 418,519.82$ Other Direct Costs 150,248.08$
Sub total 2950 568,767.89$
Contract Totals
Contract Grand Total Amount 47387 10,341,078.16$
5.d
Packet Pg. 103
Att
ach
men
t: 2
0-10
0234
2 -
Att
ach
men
t B
(68
89 :
I-10
Ced
ar:
Aw
ard
CM
Ser
vice
s C
on
trac
t)
Entity: San Bernardino County Transportation Authority
Minute Action
AGENDA ITEM: 6
Date: September 10, 2020
Subject:
Monte Vista Grade Separation - Request for Additional Expenditure Authorization for Union
Pacific Railroad Construction Agreement
Recommendation:
That the following be reviewed and recommended for final approval by the Board of Directors,
acting as the San Bernardino County Transportation Authority, at a regularly scheduled Board
meeting:
Approve an additional expenditure authorization to Contract No. 16-1001450 with Union Pacific
Railroad, for actual flagging and railroad work costs for the Monte Vista Avenue Grade
Separation Project in the amount of $400,000, bringing the total not-to-exceed contract amount
to $1,550,000.
Background:
In March 2016, the San Bernardino County Transportation Authority (SBCTA) Board of
Directors (Board) approved a Public Highway Overpass Agreement between SBCTA,
Union Pacific Railroad Company (Railroad), and the City of Montclair (City) for the
Monte Vista Avenue Grade Separation Project (Project) with an expenditure authorization of
$1,150,000. The agreement states that SBCTA agrees to reimburse the Railroad for 100% of all
actual costs and Article 10 of the agreement provides an estimated cost for the railroad work in
the amount of $1,094,925, with further itemized detail included in Exhibit G-1. Work was
completed in February 2020, and both the City and Railroad have accepted the Project.
However, payment to the Railroad remains outstanding due to the absence of the final invoice.
Staff is expecting an increase in cost due to the increased flagging needs of the Project.
During construction, work was rearranged to accommodate utility relocation and an extended
procurement of a particular utility valve which required additional flagging above what was
estimated in the agreement with the Railroad.
As of October 2019, the Railroad has submitted invoices totaling $1,323,592.
Additional flagging invoices are expected for November and December 2019, for an estimated
completion amount of $1,550,000, which exceeds the previously authorized amount of
$1,150,000 by $400,000. For this reason, staff is requesting the Board approve an additional
expenditure authorization of $400,000, to cover the additional cost for flagging and railroad
work on the Project. Final cost, based on actual work, will be determined once staff receives and
reviews the final invoice. Since SBCTA is obligated to pay actual costs to the Railroad, an
amendment to the agreement is not required; however, approval of the additional expenditure
authorization meets the commitment of this agreement.
Financial Impact:
This item is consistent with the Fiscal Year 2020/2021 Budget under Task No. 0840 Grade
Separation Projects, Sub-Task No. 0868 Monte Vista Grade Separation.
6
Packet Pg. 104
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 2
San Bernardino County Transportation Authority
Reviewed By:
This item is not scheduled for review by any other policy committee or technical advisory
committee. SBCTA General Counsel, Procurement Manager and Risk Manager have reviewed
this item.
Responsible Staff:
Henry Stultz, Construction Manager
Approved
Board of Directors Metro Valley Study Session
Date: September 10, 2020
Witnessed By:
6
Packet Pg. 105
Fund Prog Task
Sub-
Task PA Level
GL: 6010 40 0840 0868
GL: 6010 40 0840 0868
GL: 6010 40 0840 0868
GL: 2580 40 0840 0868
GL: 4130 40 0840 0868
GL:
GL:
GL:
GL:
GL:
Accounts Payable
Object Revenue
-
-
Expiration Date:
-
-
State/Local Construction and Maintenance Agreement
No Budget Adjustment
-$
No
Revenue Code Name
N/A YesNHS: QMP/QAP: Prevailing Wage:
Total Exp AuthorizationTotal Contract Funding:
1,550,000.00$
364,040.00
1,072,280.00
2,440.00
35,000.00
76,240.00
-
42208009
41100000
53701
53701
53701
Project Manager (Print Name)
Paula Beauchamp
Task Manager (Print Name)
Capital Project Contracts
Current Amendment
Total Contingency Value
-$
-$
-$
Description: Monte Vista Grade Separation Construction Maintenance Agreement
Contract Management (Internal Purposes Only)
1,150,000.00$
Prior Amendments
Original Contract
-$ -$
-
-
53701
48005110
Contract Summary Sheet
Dollar Amount
General Contract Information
Contract Authorization
12/25/2020
Current Expenditure Authorization 400,000.00$
1,550,000.00$ Total/Revised Contract Value
16-1001450
Revised Expiration Date:
Total Dollar Authority (Contract Value and Contingency) 1,550,000.00$
Original Contingency
Prior Amendments
02269
Estimated Start Date:
Board of Directors 10/07/2020 Committee
Additional Notes: Per the agreement, SBCTA agrees to pay actual cost for railroad work. While the contract states a value of $1,150,000, the
Board has authorized an additional expenditure of $400,000 for total anticipated actual costs.
42414008
42414004
Juan Lizarde
Date: Item #
53701 - UPRR
-
Montclair PUC
City of Montclair
TCIF
MSI
-
-
-
-
-
-
List Any Related Contract Nos.:
Vendor No.:
Contract Class: Payable Project Delivery
03/22/2016
Contract No:
N/ASole Source?
Amendment No.:
Department:
Vendor Name: Union Pacific Railroad
Form 200 11/2019 1/1
6.a
Packet Pg. 106
Att
ach
men
t: C
SS
16-
1001
450
[Rev
isio
n 1
] (
6705
: M
VG
S /
UP
RR
- E
xpen
dit
ure
Au
tho
riza
tio
n)
Entity: San Bernardino County Transportation Authority
Minute Action
AGENDA ITEM: 7
Date: September 10, 2020
Subject:
Metrolink Accessibility Project - Phase II City Cooperative Agreements
Recommendation:
That the following be reviewed and recommended for final approval by the Board of Directors,
acting as the San Bernardino County Transportation Authority, at a regularly scheduled Board
meeting:
A. Approve Cooperative Agreement No. 20-1002314 with the City of Montclair for the
Metrolink Station Accessibility Improvement Project Phase II (Project) which defines project
roles, responsibilities, and funding, specifying San Bernardino County Transportation Authority
(SBCTA) as the lead agency for project administration and funding with a local contribution
from the City of Montclair of $184,140.
B. Approve Cooperative Agreement No. 20-1002315 with the City of Upland for the Project
which defines project roles, responsibilities, and funding, specifying SBCTA as the lead agency
for project administration and funding, with a local contribution from the City of Upland of
$446,340.
C. Approve Cooperative Agreement No. 20-1002316 with the City of Rancho Cucamonga for
the Project which defines project roles, responsibilities, and funding, specifying SBCTA as the
lead agency for project administration and funding and a local contribution from the City of
Rancho Cucamonga of $341,363.
D. Approve Cooperative Agreement No. 20-1002317 with the City of Fontana for the Project
which defines project roles, responsibilities, and funding, specifying SBCTA as the lead agency
for project administration and funding and a local contribution from the City of Fontana of
$388,346.
E. Approve Cooperative Agreement No. 20-1002318 with the City of San Bernardino for the
Project which defines project roles, responsibilities, and funding, specifying SBCTA as the lead
agency for project administration and funding and a local contribution from the City of San
Bernardino of $18,000.
Background:
The Active Transportation Program (ATP) was created by Senate Bill 99 (Chapter 359,
Statutes 2013) and Assembly Bill 101 (Chapter 354, Statutes 2013) to encourage increased use
of active modes of transportation, such as biking and walking, as well as to ensure compliance
with Moving Ahead for Progress in the 21st Century (MAP-21). San Bernardino County
Transportation Authority (SBCTA) was successful in receiving a grant of ATP funds for the
Metrolink Station Accessibility Improvement Project, Phase 1, in the amount of $4,678,729,
which completed construction in 2019. SBCTA received an additional grant of ATP funds for
the Metrolink Station Accessibility Improvement Project, Phase II, in the amount of $6,131,664.
As with Phase I, the Phase II project will benefit multiple jurisdictions in San Bernardino County
by providing safe pedestrian/bicycle access, wayfinding signage to direct users to the transit
centers, sidewalk improvements, high-visibility crosswalks, bicycle parking, and improvements
7
Packet Pg. 107
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 2
San Bernardino County Transportation Authority
to key corridors of the regional bicycle network designed to directly connect to Metrolink
Stations in five cities.
Environmental clearance was obtained for both Phase I and II in 2016. The current project scope
is essentially consistent with what was included within that original clearance. Work is already
underway to coordinate with Caltrans on an environmental revalidation to confirm that none of
the minor changes create any new impacts. It is anticipated this process will be complete by the
middle of 2021.
Recommendations A, B, C, D, and E: These are new Cooperative Agreements. To advance
the project, Cooperative Agreements with the Cities of Montclair, Upland, Rancho Cucamonga,
Fontana, and San Bernardino are required to define roles, responsibilities and funding associated
with the design, ROW, and construction phases. These agreements define SBCTA as the lead
agency for the project administration and funding with each stakeholder city providing project
support at their own cost and a funding contribution. During the grant application process,
SBCTA and the involved cities have discussed and agreed upon various elements of the project
list included in the Project, including contributions towards the Project. Since the Project is
grant funded through the State’s ATP, SBCTA staff asked the participating cities to contribute as
best as they can toward the project to increase our chances in the grant selection process. All of
the participating cities, collectively, have verbally and in writing concurred on the contribution
shares outlined in Table 1. The funding for Phase II improvements consists of ATP, local funds,
and city-incurred costs as shown in Table 1.
Table 1
Fund
Local Match
(Project Leverage)
Project
Management
Total
ATP – Grant Funds - - $6,131,664
Local Funding
Montclair $92,070 $92,070 $184,140
Upland $223,170 $223,170 $446,340
Rancho Cucamonga $341,363 - $341,363
Fontana $194,173 $194,173 $388,346
San Bernardino - $18,000 $18,000
Total Local Funding $850,776 $527,413 $1,378,189
Total Project Funding $7,509,853
7
Packet Pg. 108
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 3
San Bernardino County Transportation Authority
COSTS FUNDING
METROLINK
SITE
LOCATION
CAPITAL
AND
SUPPORT
PROJECT
MANAGEMENT
(City)
TOTAL
PROJECT
COST
ATP
FUNDING
CITY FUNDS
Montclair $920,000 $92,070 $1,012,770 $828,630 $184,140
Upland $2,231,700 $223,170 $2,454,870 $2,008,530 $446,340
Rancho
Cucamonga
$1,706,813 $0 $1,706,813 $1,365,450 $341,363
Fontana $1,941,727 $194,173 $2,135,900 $1,747,554 $388,345
San
Bernardino
$181,500 $0 $181,500 $181,500 $0
TOTALS $6,982,436 $509,413 $7,491,852 $6,131,664 $1360,188
City incurred costs such as costs associated with permits, plan check reviews, staff time and
inspection services will be covered by each City at their own cost.
Financial Impact:
This item is consistent with the Fiscal Year 2020/2021 Budget under Task No. 0860 Arterial
Projects, Sub-Task No. 0401 Metrolink Station Accessibility Improve. Funding sources include
$1,378,189 of leveraged funds from the local jurisdictions in combination with $6,131,664 ATP
Cycle 4 Funds.
Reviewed By:
This item is not scheduled for review by any other policy committee or technical advisory
committee. SBCTA General Counsel, Procurement Manager, and Risk Manager have reviewed
this item and the draft agreements.
Responsible Staff:
Josh Lee, Chief of Planning
Approved
Board of Directors Metro Valley Study Session
Date: September 10, 2020
Witnessed By:
7
Packet Pg. 109
Fund Prog Task
Sub-
Task Fund Prog Task
Sub-
Task
GL: 6010 40 0860 0810 GL:
GL: GL:
GL: GL:
GL: GL:
GL: GL:
Total Contract Funding: Total Contract Funding:Revenue Revenue
20-1002314
Local Funding Agreement
Final Billing Date: 12/31/2026
Project Manager (Print Name)
184,140.00$
-
-
-
-
Funding Agreement No:
Paula Beauchamp
Task Manager (Print Name)
Beginning POP Date:
Current Amendment
Total Contingency Value
-$
-$
-$
Customer ID: MONT CI
Description: Metrolink ATP Accessibility Project - Phase-II
Contract Management (Internal Purposes Only)
184,140.00$
Prior Amendments
Original Contract
-$ -$
10/07/2020 Ending POP Date: 12/31/2026
Total Contract Funding:
Accounts Receivable
Contract Summary Sheet
Dollar Amount
General Contract Information
Contract Authorization
Current Amendment -$
184,140.00$ Total/Revised Contract Value
20-1002314
Total Dollar Authority (Contract Value and Contingency) 184,140.00$
Original Contingency
Prior Amendments
Board of Directors 10/07/2020 Committee
Additional Notes:
Juan Lizarde
Date: Item #
12/31/2026
-
-
-
-
Expiration Date:
184,140.00
-
42414009
List Any Accounts Payable Related Contract Nos.:
Contract Class: Receivable Project Delivery
Contract No: Amendment No.:
Department:
Customer Name: City of Montclair
Form 200 11/2019 1/1
7.a
Packet Pg. 110
Att
ach
men
t: 2
0-10
0231
4_C
SS
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
COOPERATIVE AGREEMENT NO. 20-1002314
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
THE CITY OF MONTCLAIR
FOR
PLANNING AND ENVIRONMENTAL; PLANS, SPECIFICATIONS AND ESTIMATE
(PS&E); RIGHT OF WAY (ROW); AND CONSTRUCTION FOR PHASE II OF THE
MONTCLAIR METROLINK STATION ACCESSIBILITY IMPROVEMENT PROJECT
I. PARTIES AND TERM
A. THIS COOPERATIVE AGREEMENT (“AGREEMENT”) is made and entered into by
and between the San Bernardino County Transportation Authority (“SBCTA”) and the
City of Montclair (“CITY”). SBCTA and CITY may be referred to individually as a
“PARTY” and collectively as “PARTIES”.
B. On February 12, 2016, SBCTA and the City of Montclair executed Cooperative
Agreement 15-1001127 for Phase I of the Metrolink Station Accessibility Improvement
Project. Construction for Phase I was completed in March 2019.
C. THIS AGREEMENT is for Phase II of the Metrolink Station Accessibility Improvements
and shall terminate upon completion of SBCTA’s management of the planning,
environmental, PS&E, ROW and construction phases, or December 31, 2026, whichever
is earlier in time, except that the indemnification provisions shall remain in effect until
terminated or modified, in writing, by mutual agreement. Should any claims arising out
of this AGREEMENT be asserted against one of the PARTIES, the PARTIES agree to
extend the fixed termination date of this AGREEMENT, until such time as the claims are
settled, dismissed or paid.
II. RECITALS
A. WHEREAS, Phase I and Phase II improvements in the City of Montclair are depicted in
Attachment B.“PHASE I” consists of the Active Transportation Program Cycle
1;”PHASE II” is the Active Transportation Program Cycle 4. ”; and
B. WHEREAS, SBCTA has completed PHASE I and proposes to construct PHASE II,
which includes location-specific improvements to various facilities within the City of
Montclair (“PROJECT”); and
C. WHEREAS, the PARTIES wish to enter into this AGREEMENT to delineate roles,
responsibilities, and funding commitments relative to the Project Management, Planning,
Environmental, PS&E, ROW and Construction activities of the PROJECT; and
D. WHEREAS, the CITY has requested SBCTA to complete the implementation of the
PROJECT, including project management, engineering design, construction, procurement
and management of contractors, and coordination with other cities and agencies; and
E. WHEREAS, SBCTA has requested the CITY to contribute funding to cover a portion of
PHASE II costs for project management and construction, as outlined in Attachment A;
and
7.b
Packet Pg. 111
Att
ach
men
t: 2
0-10
0231
4_M
etro
link_
AT
P_P
has
e_II_
MO
U_M
on
tcla
ir (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
F. WHEREAS, the CITY is the PROJECT owner and this AGREEMENT does not transfer
ownership; as such, the CITY retains all legal responsibilities associated with ownership,
operation and maintenance of the existing and future improvements; and
G. WHEREAS, SBCTA is the California Environmental Quality Act (CEQA) Lead Agency
for the PROJECT and The State of California, Department of Transportation (Caltrans) is
the National Environmental Policy Act (NEPA) Lead Agency for the PROJECT.
NOW, THEREFORE, the PARTIES agree to the following:
III. SBCTA RESPONSIBILITIES:
SBCTA agrees:
A. To be the lead agency for Project Management, Planning, Environmental, PS&E, ROW,
and Construction work and to diligently undertake and complete, the Planning,
Environmental, ROW, PS&E, and Construction work on the PROJECT, including the
selection and retention of consultants and contractors. Performance of services under
these consultant and/or contractor contracts shall be subject to the technical direction of
SBCTA’s Director of Project Delivery, or his/her designee, with input and consultation
from the CITY.
B. To contribute towards the Planning, Environmental, PS&E, ROW, and Construction
phases of the PHASE II PROJECT, an estimated $6,131,664. The actual cost of a specific
phase or improvements within a specific city may ultimately vary and cause the total
project cost to change from the estimate provided in Attachment A. The total project
costs remaining after contributions from the CITY and other participating cities,
exclusive of the CITY-provided services specified in Part IV of this AGREEMENT, is to
be borne solely by SBCTA.
C. To execute appropriate agreements with other cities and agencies to facilitate and
coordinate the completion of the PROJECT.
D. To invoice CITY within 45 days of execution of this agreement, for City’s contribution to
the project as noted in the Funding Table, Attachment A.
E. To certify the California Environmental Quality Act Notice of Exemption (CEQA NOE)
and coordinate with Caltrans to certify the National Environmental Policy Act
Categorical Exclusion (NEPA CE).
F. To designate a Project Manager to represent SBCTA through whom all communications
between the PARTIES shall be channeled.
G. To provide the CITY with a proposed project schedule to complete the PROJECT.
H. To include the CITY in Project Development Team (PDT) meetings and related
communications on PROJECT progress as well as to provide the CITY with copies of
PDT meeting minutes and action items.
I. To perform the design and construction in accordance with State and Federal standards
and practices.
J. To include the CITY in design decisions that could impact the CITY’s general plans and
aesthetic considerations.
7.b
Packet Pg. 112
Att
ach
men
t: 2
0-10
0231
4_M
etro
link_
AT
P_P
has
e_II_
MO
U_M
on
tcla
ir (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
K. To make all PROJECT work performed by SBCTA available for review and comment by
CITY. The CITY shall transmit all review comments to the SBCTA within 20 working
days after the submittal is received by the CITY. If comments are not provided by the
20th working day, SBCTA will deem the submittals approved by the CITY and shall
notify the CITY of its intention to move forward with PROJECT execution. The CITY
agrees the submittals may be in the form of plans, specifications, estimates, reports,
studies, environmental documents or other PROJECT-related submittals requiring the
CITY to review and comment. SBCTA and CITY shall review all comments received
regarding the PROJECT and mutually agree upon comments which shall be incorporated
into the PROJECT.
L. To apply for encroachment permits authorizing entry of SBCTA and its consultants and
contractors onto CITY right of way to perform investigative activities, including
surveying and geotechnical borings, and construction activities required by the
PROJECT; and to receive encroachment permits from the CITY at no cost to SBCTA.
M. To obtain all necessary PROJECT permits, agreements and/or approvals from appropriate
agencies; all necessary PROJECT permits, agreements, and/or approvals from the CITY
shall be provided at no cost to SBCTA. All mitigation, monitoring, and/or remedial
action required by said permits and/or agreements obtained from agencies other than the
CITY shall constitute part of the PROJECT cost.
N. To identify the utilities within the PROJECT area and coordinate with the utility
companies to determine their location, and if necessary, their relocation.
O. To provide written notice to the CITY upon SBCTA’s determination that the PROJECT
is substantially completed in accordance with the plans and specifications. For the
purposes of this AGREEMENT, “substantially completed” shall mean that the PROJECT
can be reasonably used for its intended purposes, notwithstanding that certain
nonmaterial work remains to be completed, it being understood that SBCTA shall
promptly pursue the completion of such nonmaterial work.
P. Upon completion of construction of the PROJECT, SBCTA shall deliver to the CITY a
complete set of redline “as-built” plans of the PROJECT.
7.b
Packet Pg. 113
Att
ach
men
t: 2
0-10
0231
4_M
etro
link_
AT
P_P
has
e_II_
MO
U_M
on
tcla
ir (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
IV. CITY RESPONSIBILITIES:
CITY agrees:
A. To designate a responsible staff member to serve as the CITY Project Manager for the
PROJECT who will coordinate with SBCTA staff and consultants; who will be CITY’s
representative in attending the PDT meetings, receiving day-to-day communication and
reviewing the PROJECT documents; and who will coordinate with the SBCTA project
delivery team for communication with the selected designer. All communication by the
CITY Project Manager to the selected designer and contractor will be coordinated with
and ultimately given through the SBCTA Project Manager.
B. To contribute, within 45 days of receiving SBCTA’s invoice, towards the PS&E and
Construction phases of the PROJECT, an estimated $184,140.00 for Phase II. The actual
cost of a specific phase may ultimately vary and cause the total project cost to change
from the estimate provided in Attachment A. The total project costs remaining after
contributions from the CITY and other participating cities, exclusive of the CITY-
provided services specified in Part IV of this AGREEMENT, is to be borne solely by
SBCTA.
C. To distribute the PROJECT submittals for review and comment by CITY’s Public Works
Department.
D. To review and comment, at no cost to the PROJECT, on all PROJECT work performed
by SBCTA. CITY shall transmit all review comments to SBCTA within 20 working days
after the submittal is received by CITY. If comments are not provided by the 20th
working day, SBCTA will deem the submittals approved by CITY and shall notify CITY
of its intention to move forward with PROJECT execution. CITY agrees the submittals
may be in the form of plans, specifications, estimates, reports, studies, environmental
documents or other PROJECT-related submittals requiring CITY review and comment.
SBCTA and CITY shall review all comments received regarding the PROJECT and
mutually agree to which comments shall be incorporated into the PROJECT.
E. To provide encroachment permits authorizing entry of SBCTA and its consultants and
contractors onto CITY right of way to perform investigative activities, including
surveying and geotechnical borings, and construction activities required by the PROJECT
at no cost to the PROJECT. If encroachment permits are necessary, the CITY agrees to
facilitate coordination with adjacent properties, residences, and businesses impacted.
F. To provide all CITY permits and waive CITY fees required to construct the PROJECT.
SBCTA/contractor(s) shall obtain and pay the fees for all other non-CITY permits
required for the construction of the PROJECT.
G. To prepare CITY staff reports for City Council consideration and SBCTA agrees to
provide supporting documentation for the staff reports.
H. The CITY agrees to exempt SBCTA from plan check fees for submittal reviews.
7.b
Packet Pg. 114
Att
ach
men
t: 2
0-10
0231
4_M
etro
link_
AT
P_P
has
e_II_
MO
U_M
on
tcla
ir (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
I. The CITY agrees it will issue zero fee encroachment, traffic control, and street cut
permits or other permits required by the CITY to perform investigative activities required
by the PROJECT.
J. The CITY agrees to provide, at no cost to the PROJECT, existing improvement plans,
and standard plans and specifications.
K. The CITY agrees to provide SBCTA copies of the franchise/utility agreements for the
utilities in the PROJECT area for the purposes of determining prior rights and estimating
utility relocation costs.
L. The CITY agrees it will invoke its franchise/utility agreements and have its prior rights
imposed on utilities if it is determined utilities are in conflict with the PROJECT and
require relocation. The CITY will formally inform the utilities of the CITY’s prior rights
and request the relocation of utilities pursuant to the franchise/utility agreements.
M. To accept in writing the PROJECT within thirty (30) days of receipt of written notice
from SBCTA that the PROJECT is substantially completed as described by Paragraph
“N” in Section III, which acceptance shall not be unreasonably withheld or delayed.
Withholding or delaying acceptance because of nonmaterial work remaining to be
completing shall be deemed unreasonable.
V. MUTUAL RESPONSIBILITIES:
A. The scope of the PROJECT is depicted in Attachment B “Conceptual Layout”. The
scope of Phase II improvements is an “estimate” of improvements and is subject to
change. To adhere to available funding limits for Phase II, as shown in Attachment A,
certain improvements in Phase II may be eliminated.
B. The CITY agrees SBCTA is completing project management, environmental, PS&E,
ROW, construction management, procurement and oversight of a construction contractor
to complete the PROJECT. SBCTA will complete these tasks using SBCTA staff or
contracted services.
C. Neither the CITY nor any officer, director, employee or agent thereof is responsible for
any injury, damage or liability occurring or arising by reason of anything done or omitted
to be done by SBCTA under or in connection with any work, authority or jurisdiction
delegated to SBCTA under this AGREEMENT. It is understood and agreed that, pursuant
to Government Code Section 895.4, SBCTA shall fully defend, indemnify and save
harmless the CITY, its officers, directors, employees or agents from all claims, suits or
actions of every name, kind and description brought for or on account of injury (as
defined by Government Code Section 810.8) occurring by reason of anything done or
omitted to be done by SBCTA under or in connection with any work, authority or
jurisdiction delegated to SBCTA under this AGREEMENT.
D. Neither SBCTA nor any officer, director, employee or agent thereof is responsible for
any injury, damage or liability occurring or arising by reason of anything done or omitted
to be done by the CITY under or in connection with any work, authority or jurisdiction
delegated to CITY under this AGREEMENT. It is understood and agreed that, pursuant
to Government Code Section 895.4, the CITY shall fully defend, indemnify and save
harmless SBCTA, its officers, directors, employees or agents from all claims, suits or
actions of every name, kind and description brought for or on account of injury (as
7.b
Packet Pg. 115
Att
ach
men
t: 2
0-10
0231
4_M
etro
link_
AT
P_P
has
e_II_
MO
U_M
on
tcla
ir (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
defined by Government Code Section 810.8) occurring by reason of anything done or
omitted to be done by the CITY under or in connection with any work, authority or
jurisdiction delegated to the CITY under this AGREEMENT.
E. This AGREEMENT shall continue in full force and effect through completion and
closeout of the PROJECT or on December 31, 2026, whichever is earlier in time. Should
any claims arising out of the PROJECT be asserted against one of the PARTIES, the
PARTIES agree to extend the fixed termination date of this AGREEMENT until such
time as the claims are settled, dismissed or paid.
F. The CITY is an authorized self-insured public entity for purposes of Professional
Liability, General Liability, Automobile Liability and Workers’ Compensation and
warrants that through its program of self-insurance, it has adequate coverage or resources
to protect against liabilities arising out of the performance of the terms, conditions or
obligations of this AGREEMENT.
G. SBCTA is a public entity with Professional Liability, General Liability and Automobile
Liability policies of $10,000,000 each and Workers’ Compensation insurance coverage in
the statutory limits, to protect against liabilities arising out of the performance of the
terms, conditions or obligations of this AGREEMENT.
H. All PARTIES hereto warrant that they are duly authorized to execute this AGREEMENT
on behalf of said PARTIES and that, by so executing this AGREEMENT, the PARTIES
hereto are formally bound to this AGREEMENT.
I. Except on subjects preempted by Federal law, this AGREEMENT shall be governed and
construed in accordance with the laws of the State of California. All PARTIES agree to
follow all local, state, county and federal laws and ordinances with respect to
performance under this AGREEMENT.
J. The PARTIES agree that each PARTY and any authorized representative, designated in
writing to the PARTIES, and upon reasonable notice, shall have the right during normal
business hours to examine all PARTIES’ financial books and records with respect to this
AGREEMENT. The PARTIES agree to retain their books and records for a period of
five (5) years from the later of: (a) the date on which this AGREEMENT terminates; or
(b) the date on which such book or record was created.
K. If any clause or provision of this AGREEMENT is illegal, invalid or unenforceable under
applicable present or future laws, then it is the intention of the PARTIES that the
remainder of this AGREEMENT shall not be affected but shall remain in full force and
effect.
L. This AGREEMENT can be amended with a written amendment when agreed upon and
duly authorized and executed by both PARTIES.
M. In the event of litigation arising from this AGREEMENT, each PARTY to this
AGREEMENT shall bear its own costs, including attorney(s) fees. This paragraph shall
not apply to the costs or attorney(s) fees relative to paragraphs C and D of this section.
N. This AGREEMENT may be signed in counterparts, each of which shall constitute an
original.
O. Any notice required or authorized to be given hereunder or any other communications
between the PARTIES provided for under the terms of this AGREEMENT shall be in
writing, unless otherwise provided for herein, and shall be served personally or by
reputable courier or by email addressed to the relevant PARTY at the address/fax number
stated below.
7.b
Packet Pg. 116
Att
ach
men
t: 2
0-10
0231
4_M
etro
link_
AT
P_P
has
e_II_
MO
U_M
on
tcla
ir (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
P. Notice given under or regarding this AGREEMENT shall be deemed given (a) upon
actual delivery, if delivery is personally made; or (b) upon delivery into the United States
Mail if delivery is by postage paid certified mail (return receipt requested), email or
private courier including overnight delivery services. Notice shall be sent to the
respective PARTY at the address indicated below or to any other address as a PARTY
may designate from time to time by a notice given in accordance with this paragraph.
a. If to CITY:
City of Montclair
5111 Benito Street
Montclair, CA 91763
Attention: Noel Castillo
Public Works Director/City Engineer
Email:
b. If to SBCTA:
San Bernardino County Transportation Authority
1170 West 3rd Street, 2nd Floor
San Bernardino, CA 92410
Attention: Paula Beauchamp
Director of Project Delivery and Toll Operations
Email: [email protected]
Q. The Recitals stated above are true and correct and are incorporated by this reference
into the AGREEMENT.
R. Attachments A and B are attached to and incorporated into this AGREEMENT.
7.b
Packet Pg. 117
Att
ach
men
t: 2
0-10
0231
4_M
etro
link_
AT
P_P
has
e_II_
MO
U_M
on
tcla
ir (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
SIGNATURE PAGE TO
COOPERATIVE AGREEMENT NO. 20-1002314
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
CITY OF MONTCLAIR
SAN BERNARDINO COUNTY
TRANSPORTATION SBCTA
By: ____________________________
Frank J. Navarro
Board President
Date:___________________
APPROVED AS TO FORM AND
PROCEDURE:
By:_____________________
Julianna K. Tillquist
General Counsel
CITY OF MONTCLAIR
By:_____________________________
Javier John Dutrey
Mayor
Date:___________________
ATTEST:
By: ____________________
Deputy City Clerk
APPROVED AS TO FORM AND
PROCEDURE:
By:_____________________
Diane Robbins
City Attorney
7.b
Packet Pg. 118
Att
ach
men
t: 2
0-10
0231
4_M
etro
link_
AT
P_P
has
e_II_
MO
U_M
on
tcla
ir (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
ATTACHMENT A
PROJECT FUNDING TABLE
Table 1. Phase II Costs for Montclair Metrolink Station
Fund Amount
City of Montclair
ATP Local Contribution for Design and
Construction
$92,070
Project Management Cost $92,070
Total City Contribution $184,140
ATP Phase II Project Funding allocated to Montclair $828,630
Total Cost $1,012,770
7.b
Packet Pg. 119
Att
ach
men
t: 2
0-10
0231
4_M
etro
link_
AT
P_P
has
e_II_
MO
U_M
on
tcla
ir (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
ATTACHMENT B
CONCEPTUAL LAYOUT
7.b
Packet Pg. 120
Att
ach
men
t: 2
0-10
0231
4_M
etro
link_
AT
P_P
has
e_II_
MO
U_M
on
tcla
ir (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Fund Prog Task
Sub-
Task Fund Prog Task
Sub-
Task
GL: 6010 40 0860 0810 GL:
GL: GL:
GL: GL:
GL: GL:
GL: GL:
Total Contract Funding: Total Contract Funding:Revenue Revenue
20-1002315
Local Funding Agreement
Final Billing Date: 12/31/2026
Project Manager (Print Name)
446,340.00$
-
-
-
-
Funding Agreement No:
Paula Beauchamp
Task Manager (Print Name)
Beginning POP Date:
Current Amendment
Total Contingency Value
-$
-$
-$
Customer ID: UPLA CI
Description: Metrolink ATP Accessibility Project - Phase-II
Contract Management (Internal Purposes Only)
446,340.00$
Prior Amendments
Original Contract
-$ -$
10/07/2020 Ending POP Date: 12/31/2026
Total Contract Funding:
Accounts Receivable
Contract Summary Sheet
Dollar Amount
General Contract Information
Contract Authorization
Current Amendment -$
446,340.00$ Total/Revised Contract Value
20-1002315
Total Dollar Authority (Contract Value and Contingency) 446,340.00$
Original Contingency
Prior Amendments
Board of Directors 10/07/2020 Committee
Additional Notes:
Juan Lizarde
Date: Item #
12/31/2026
-
-
-
-
Expiration Date:
446,340.00
-
42432010
List Any Accounts Payable Related Contract Nos.:
Contract Class: Receivable Project Delivery
Contract No: Amendment No.:
Department:
Customer Name: City of Upland
Form 200 11/2019 1/1
7.c
Packet Pg. 121
Att
ach
men
t: 2
0-10
0231
5_C
SS
[R
evis
ion
1]
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002315
Page 1 of 10
COOPERATIVE AGREEMENT NO. 20-1002315
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
THE CITY OF UPLAND
FOR
PLANNING AND ENVIRONMENTAL; PLANS, SPECIFICATIONS AND ESTIMATE
(PS&E); RIGHT OF WAY (ROW); AND CONSTRUCTION FOR PHASE-II OF THE
UPLAND METROLINK STATION ACCESSIBILITY IMPROVEMENT PROJECT
I. PARTIES AND TERM
A. THIS COOPERATIVE AGREEMENT (“AGREEMENT”) is made and entered into by
and between the San Bernardino County Transportation AuthoritySBCTA (“SBCTA”)
and the City of Upland (“CITY”). SBCTA and CITY may be referred to individually as
a “PARTY” and collectively as “PARTIES”.
B. On June 22, 2016, SBCTA and the City of Upland executed Cooperative Agreement 15-
1001128 for Phase I of the Metrolinlk Station Accessibility Improvement Project.
Construction for Phase I was completed in March 2019.
C. THIS AGREEMENT is for Phase II of the Metrolink Station Accessibility Improvements
and shall terminate upon completion of SBCTA’s management of the planning,
environmental, PS&E, ROW and construction phases, or December 31, 2026, whichever
is earlier in time, except that the indemnification provisions shall remain in effect until
terminated or modified, in writing, by mutual agreement. Should any claims arising out
of this AGREEMENT be asserted against one of the PARTIES, the PARTIES agree to
extend the fixed termination date of this AGREEMENT, until such time as the claims are
settled, dismissed or paid.
II. RECITALS
A. WHEREAS, Phase I and Phase II improvements in the City of Upland are depicted in
Attachment B.“PHASE I” consists of the Active Transportation Program Cycle
1;”PHASE II” is the Active Transportation Program Cycle 4. ”; and
B. WHEREAS, SBCTA has completed PHASE I and proposes to construct PHASE II,
which includes location-specific improvements to various facilities within the City of
Upland (“PROJECT”); and
C. WHEREAS, the PARTIES wish to enter into this AGREEMENT to delineate roles,
responsibilities, and funding commitments relative to the Project Management, Planning,
Environmental, PS&E, ROW and Construction activities of the PROJECT; and
D. WHEREAS, the CITY has requested the SBCTA to complete the implementation of the
PROJECT, including project management, engineering design, construction, procurement
and management of contractors, and coordination with other cities and agencies; and
7.d
Packet Pg. 122
Att
ach
men
t: 2
0-10
0231
5_M
etro
link_
AT
P_P
has
e_II_
MO
U_U
pla
nd
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002315
Page 2 of 10
E. WHEREAS, the SBCTA has requested the CITY to contribute funding to cover a portion
of Phase II costs for project management and construction, as outlined in Attachment A;
and
F. WHEREAS, the CITY is the PROJECT owner and this AGREEMENT does not transfer
ownership; as such, the CITY retains all legal responsibilities associated with ownership,
operation and maintenance of the existing and future improvements; and
G. WHEREAS, the SBCTA is the California Environmental Quality Act (CEQA) Lead
Agency for the PROJECT and The State of California, Department of Transportation
(Caltrans) is the National Environmental Policy Act (NEPA) Lead Agency for the
PROJECT.
NOW, THEREFORE, the PARTIES agree to the following:
III. SBCTA RESPONSIBILITIES:
SBCTA agrees:
A. To be the lead agency for Project Management, Planning, Environmental, PS&E, ROW,
and Construction work and to diligently undertake and complete, the Planning,
Environmental, ROW, PS&E, and Construction work on the PROJECT, including the
selection and retention of consultants and contractors. Performance of services under
these consultant and/or contractor contracts shall be subject to the technical direction of
the SBCTA’s Director of Project Delivery, or his/her designee, with input and
consultation from the CITY.
B. To contribute towards the Planning, Environmental, PS&E, ROW, and Construction
phases of the PHASE II PROJECT, an estimated $6,131,664 for Phase II. The actual cost
of a specific phase or improvements within a specific city may ultimately vary and cause
the total project cost to change from the estimate provided in Attachment A. The total
project costs remaining after contributions from the CITY and other participating cities,
exclusive of the CITY-provided services specified in Part IV of this AGREEMENT, is to
be borne solely by the SBCTA.
C. To execute appropriate agreements with other cities and agencies to facilitate and
coordinate the completion of the PROJECT.
D. To invoice CITY within 45 days of execution of this agreement, for City’s contribution to
project as noted in the Funding Table, Attachment A.
E. To certify the California Environmental Quality Act Notice of Exemption (CEQA NOE)
and coordinate with Caltrans to certify the National Environmental Policy Act
Categorical Exclusion (NEPA CE).
F. To designate a Project Manager to represent the SBCTA through whom all
communications between the PARTIES shall be channeled.
G. To provide the CITY with a proposed project schedule to complete the PROJECT.
7.d
Packet Pg. 123
Att
ach
men
t: 2
0-10
0231
5_M
etro
link_
AT
P_P
has
e_II_
MO
U_U
pla
nd
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002315
Page 3 of 10
H. To include the CITY in Project Development Team (PDT) meetings and related
communications on PROJECT progress as well as to provide the CITY with copies of
PDT meeting minutes and action items.
I. To perform the design and construction in accordance with State and Federal standards
and practices.
J. To include the CITY in design decisions that could impact the CITY’s general plans and
aesthetic considerations.
K. To make all PROJECT work performed by the SBCTA available for review and
comment by the CITY’s Public Works Department. The CITY’s Public Works
Department shall transmit all review comments to the SBCTA within 20 working days
after the submittal is received by the CITY. If comments are not provided by the 20th
working day, the SBCTA will deem the submittals approved by the CITY and shall
notify the CITY of its intention to move forward with PROJECT execution. The CITY
agrees the submittals may be in the form of plans, specifications, estimates, reports,
studies, environmental documents or other PROJECT-related submittals requiring the
CITY to review and comment. The SBCTA and CITY shall review all comments
received regarding the PROJECT and mutually agree upon comments which shall be
incorporated into the PROJECT.
L. To apply for encroachment permits authorizing entry of the SBCTA and its consultants
and contractors onto the CITY right of way to perform investigative activities, including
surveying and geotechnical borings, and construction activities required by the
PROJECT; and to receive encroachment permits from the CITY at no cost to the
SBCTA.
M. To obtain, all necessary PROJECT permits, agreements and/or approvals from
appropriate agencies; all necessary PROJECT permits, agreements, and/or approvals
from the CITY shall be provided at no cost to the SBCTA. All mitigation, monitoring,
and/or remedial actions required by said permits and/or agreements obtained from
agencies other than the CITY shall constitute part of the PROJECT cost.
N. To identify the utilities within the PROJECT area and coordinate with the utility
companies to determine their location, and if necessary, their relocation.
O. To provide written notice to the CITY upon the SBCTA’s determination that the
PROJECT is substantially completed in accordance with the plans and specifications.
For the purposes of this AGREEMENT, “substantially completed” shall mean that the
PROJECT can be reasonably used for its intended purposes, notwithstanding that certain
nonmaterial work remains to be completed, it being understood that the SBCTA shall
promptly pursue the completion of such nonmaterial work.
P. Upon completion of construction of the PROJECT, the SBCTA shall deliver to the CITY
a complete set of redline “as-built” plans of the PROJECT.
7.d
Packet Pg. 124
Att
ach
men
t: 2
0-10
0231
5_M
etro
link_
AT
P_P
has
e_II_
MO
U_U
pla
nd
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002315
Page 4 of 10
IV. CITY RESPONSIBILITIES:
CITY agrees:
A. To designate a responsible staff member to serve as the CITY Project Manager for the PROJECT
who will coordinate with SBCTA staff and consultants; who will be CITY’s representative in
attending the PDT meetings, receiving day-to-day communication and reviewing the PROJECT
documents; and who will coordinate with the SBCTA project delivery team for communication
with the selected designer. All communication by the CITY Project Manager to the selected
designer and contractor will be coordinated with and ultimately given through the SBCTA Project
Manager.
B. To contribute, within 45 days of receiving SBCTA’s invoice, towards the PS&E and Construction
phase of the PROJECT, an estimated $446,340 for Phase II. The actual cost of a specific phase
may ultimately vary and cause the total project cost to change from the estimate provided in
Attachment A. The total project costs reminaing after contributions from CITY and other
participating cities, exclusive of the CITY-provided services specified in Part IV of this
AGREEMENT, is to be borne solely by SBCTA.
C. To distribute PROJECT submittals for review and comment by CITY.
D. To review and comment, at no cost to the PROJECT, on all PROJECT work performed by
SBCTA. CITY shall transmit all review comments to SBCTA within 20 working days after the
submittal is received by CITY. If comments are not provided by the 20th working day, SBCTA
will deem the submittals approved by CITY and shall notify CITY of its intention to move
forward with PROJECT execution. CITY agrees the submittals may be in the form of plans,
specifications, estimates, reports, studies, environmental documents or other PROJECT-related
submittals requiring CITY review and comment. SBCTA and CITY shall review all comments
received regarding the PROJECT and mutually agree to which comments shall be incorporated
into the PROJECT.
E. To provide encroachment permits authorizing entry of SBCTA and its consultants and
contractors onto CITY right of way to perform investigative activities, including surveying and
geotechnical borings, and construction activities required by the PROJECT at no cost to the
PROJECT. If encroachment permits are necessary, the CITY agrees to facilitate
coordination with adjacent properties, residences, and businesses impacted.
F. To provide all City permits and waive City fees required to construct the PROJECT.
SBCTA/contractor(s) shall obtain and pay the fees for all other non-City permits required for the
construction of the PROJECT.
G. To provide all CITY permits and waive CITY fees required to construct the PROJECT.
The SBCTA/contractor(s) shall obtain and pay the fees for all other non-CITY permits
required for the construction of the PROJECT.
7.d
Packet Pg. 125
Att
ach
men
t: 2
0-10
0231
5_M
etro
link_
AT
P_P
has
e_II_
MO
U_U
pla
nd
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002315
Page 5 of 10
H. To prepare CITY staff reports for City Council consideration and the SBCTA agrees to
provide supporting documentation for the staff reports.
I. The CITY agrees to exempt the SBCTA from plan check fees for submittal reviews.
J. The CITY agrees it will issue zero fee encroachment, traffic control, and street cut
permits or other permits required by the CITY to perform investigative activities required
by the PROJECT.
K. The CITY agrees to provide at no cost to the PROJECT existing improvement plans, and
standard plans and specifications.
L. The CITY agrees to provide the SBCTA copies of the franchise/utility agreements for the
utilities in the PROJECT area for the purposes of determining prior rights and estimating
utility relocation costs.
M. The CITY agrees it will invoke its franchise/utility agreements and have its prior rights
imposed on utilities if it is determined utilities are in conflict with the PROJECT and
require relocation. The CITY will formally inform the utilities of the CITY’s prior rights
and request the relocation of utilities pursuant to the franchise/utility agreements.
N. To accept in writing the PROJECT within thirty (30) days of receipt of written notice
from the SBCTA that the PROJECT is substantially completed as described by Paragraph
“N” in Section III, which acceptance shall not be unreasonably withheld or delayed.
Withholding or delaying acceptance because of nonmaterial work remaining to be
completing shall be deemed unreasonable.
V. MUTUAL RESPONSIBILITIES:
A. The scope of the PROJECT is depicted in Attachment B “Conceptual Layout”. The
scope of Phase II improvements is an “estimate” of improvements and is subject to
change. To adhere to available funding limits for Phase II, as shown in Attachment A,
certain improvements in Phase II may be modified or eliminated.
B. The CITY agrees the SBCTA is completing project management, environmental, PS&E,
ROW, construction management, procurement and oversight of a construction contractor
to complete the PROJECT. The SBCTA will complete these tasks using SBCTA staff or
contracted services.
C. SBCTA will lead and the CITY will participate in the process for selecting the PROJECT
designer and contractor.
D. Neither the CITY nor any officer, director, employee or agent thereof is responsible for
any injury, damage or liability occurring or arising by reason of anything done or omitted
to be done by the SBCTA under or in connection with any work, authority or jurisdiction
delegated to the SBCTA under this AGREEMENT. It is understood and agreed that,
7.d
Packet Pg. 126
Att
ach
men
t: 2
0-10
0231
5_M
etro
link_
AT
P_P
has
e_II_
MO
U_U
pla
nd
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002315
Page 6 of 10
pursuant to Government Code Section 895.4, the SBCTA shall fully defend, indemnify
and save harmless the CITY, its officers, directors, employees or agents from all claims,
suits or actions of every name, kind and description brought for or on account of injury
(as defined by Government Code Section 810.8) occurring by reason of anything done or
omitted to be done by the SBCTA under or in connection with any work, authority or
jurisdiction delegated to the SBCTA under this AGREEMENT.
E. Neither the SBCTA nor any officer, director, employee or agent thereof is responsible for
any injury, damage or liability occurring or arising by reason of anything done or omitted
to be done by the CITY under or in connection with any work, authority or jurisdiction
delegated to CITY under this AGREEMENT. It is understood and agreed that, pursuant
to Government Code Section 895.4, the CITY shall fully defend, indemnify and save
harmless the SBCTA, its officers, directors, employees or agents from all claims, suits or
actions of every name, kind and description brought for or on account of injury (as
defined by Government Code Section 810.8) occurring by reason of anything done or
omitted to be done by the CITY under or in connection with any work, authority or
jurisdiction delegated to the CITY under this AGREEMENT.
F. This AGREEMENT shall continue in full force and effect through completion and
closeout of the PROJECT or on December 31, 2026 whichever is earlier in time. Should
any claims arising out of the PROJECT be asserted against one of the PARTIES, the
PARTIES agree to extend the fixed termination date of this AGREEMENT, until such
time as the claims are settled, dismissed or paid.
G. The CITY is an authorized self-insured public entity for purposes of Professional
Liability, General Liability, Automobile Liability and Workers’ Compensation and
warrants that through its program of self-insurance, it has adequate coverage or resources
to protect against liabilities arising out of the performance of the terms, conditions or
obligations of this AGREEMENT.
H. The SBCTA is a public entity with Professional Liability, General Liability and
Automobile Liability policies of $10,000,000 each and Workers’ Compensation
insurance coverage in the statutory limits, to protect against liabilities arising out of the
performance of the terms, conditions or obligations of this AGREEMENT.
I. All PARTIES hereto warrant that they are duly authorized to execute this AGREEMENT
on behalf of said PARTIES and that, by so executing this AGREEMENT, the PARTIES
hereto are formally bound to this AGREEMENT.
J. Except on subjects preempted by Federal law, this AGREEMENT shall be governed and
construed in accordance with the laws of the State of California. All PARTIES agree to
follow all local, state, county and federal laws and ordinances with respect to
performance under this AGREEMENT.
K. The PARTIES agree that each PARTY and any authorized representative, designated in
writing to the PARTIES, and upon reasonable notice, shall have the right during normal
business hours to examine all PARTIES’ financial books and records with respect to this
AGREEMENT. The PARTIES agree to retain their books and records for a period of
7.d
Packet Pg. 127
Att
ach
men
t: 2
0-10
0231
5_M
etro
link_
AT
P_P
has
e_II_
MO
U_U
pla
nd
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002315
Page 7 of 10
five (5) years from the later of: (a) the date on which this AGREEMENT terminates; or
(b) the date on which such book or record was created.
L. If any clause or provision of this AGREEMENT is illegal, invalid or unenforceable under
applicable present or future laws, then it is the intention of the PARTIES that the
remainder of this AGREEMENT shall not be affected but shall remain in full force and
effect.
M. This AGREEMENT can be amended with a written amendment when agreed upon and
duly authorized and executed by both PARTIES.
N. In the event of litigation arising from this AGREEMENT, each PARTY to this
AGREEMENT shall bear its own costs, including attorney(s) fees. This paragraph shall
not apply to the costs or attorney(s) fees relative to paragraphs C and D of this section.
O. This AGREEMENT may be signed in counterparts, each of which shall constitute an
original.
P. Any notice required or authorized to be given hereunder or any other communications
between the PARTIES provided for under the terms of this AGREEMENT shall be in
writing, unless otherwise provided for herein, and shall be served personally or by
reputable courier or by email addressed to the relevant PARTY at the address/fax number
stated below.
Q. Notice given under or regarding this AGREEMENT shall be deemed given (a) upon
actual delivery, if delivery is personally made; or (b) upon delivery into the United States
Mail if delivery is by postage paid certified mail (return receipt requested), email or
private courier including overnight delivery services. Notice shall be sent to the
respective PARTY at the address indicated below or to any other address as a PARTY
may designate from time to time by a notice given in accordance with this paragraph.
a. If to CITY:
City of Upland
460 N. Euclid Avenue
Upland, CA 91786
Attention: Bob Critchfield
Public Works Department
Email:
b. If to SBCTA:
San Bernardino County Transportation Authority
1170 West 3rd Street, 2nd Floor
San Bernardino, CA 92410
Attention: Paula Beauchamp
Director of Project Delivery and Toll Operations
Email: [email protected]
R. The Recitals stated above are true and correct and are incorporated by this reference
into the AGREEMENT.
S. Attachments A and B are attached to and incorporated into this AGREEMENT.
7.d
Packet Pg. 128
Att
ach
men
t: 2
0-10
0231
5_M
etro
link_
AT
P_P
has
e_II_
MO
U_U
pla
nd
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002315
Page 8 of 10
SIGNATURE PAGE TO
COOPERATIVE AGREEMENT NO. 20-1002315
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
CITY OF UPLAND
SAN BERNARDINO COUNTY
TRANSPORTATION AUTHORITY
By: ____________________________
Frank J. Navarro
Board President
Date:___________________
APPROVED AS TO FORM AND
PROCEDURE:
By:_____________________
Julianna K. Tillquist
General Counsel
CITY OF UPLAND
By:_____________________________
Debbie Stone
Mayor
Date:___________________
ATTEST:
By: ____________________
City Clerk
APPROVED AS TO FORM AND
PROCEDURE:
By:_____________________
City Attorney
7.d
Packet Pg. 129
Att
ach
men
t: 2
0-10
0231
5_M
etro
link_
AT
P_P
has
e_II_
MO
U_U
pla
nd
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002315
Page 9 of 10
ATTACHMENT A
PROJECT FUNDING TABLE
Table 1. Phase II Costs for Upland Metrolink Station
Fund Amount
City of Upland
Local Match $223,170
Project Management Cost
(and other City incurred cost)
$223,170
Total City Contribution $446,340
ATP Phase II Project Funding allocated to Upland $2,008,530
Total Cost $2,454,870
7.d
Packet Pg. 130
Att
ach
men
t: 2
0-10
0231
5_M
etro
link_
AT
P_P
has
e_II_
MO
U_U
pla
nd
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002315
Page 10 of 10
ATTACHMENT B
CONCEPTUAL LAYOUT
7.d
Packet Pg. 131
Att
ach
men
t: 2
0-10
0231
5_M
etro
link_
AT
P_P
has
e_II_
MO
U_U
pla
nd
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Fund Prog Task
Sub-
Task Fund Prog Task
Sub-
Task
GL: 6010 40 0860 0810 GL:
GL: GL:
GL: GL:
GL: GL:
GL: GL:
Contract No: Amendment No.:
Department:
Customer Name: City of Rancho Cucamonga
341,363.00
-
42417007
List Any Accounts Payable Related Contract Nos.:
Contract Class: Receivable Project Delivery
12/31/2026
-
-
-
-
Expiration Date:
Additional Notes:
Juan Lizarde
Date: Item #
Contract Summary Sheet
Dollar Amount
General Contract Information
Contract Authorization
Current Amendment -$
341,363.00$ Total/Revised Contract Value
20-1002316
Total Dollar Authority (Contract Value and Contingency) 341,363.00$
Original Contingency
Prior Amendments
Board of Directors 10/07/2020 Committee
Total Contract Funding:
Accounts Receivable
Beginning POP Date:
Current Amendment
Total Contingency Value
-$
-$
-$
Customer ID: RC CI
Description: Metrolink ATP Accessibility Project - Phase-II
Contract Management (Internal Purposes Only)
341,363.00$
Prior Amendments
Original Contract
-$ -$
10/07/2020 Ending POP Date: 12/31/2026
Project Manager (Print Name)
341,363.00$
-
-
-
-
Funding Agreement No:
Paula Beauchamp
Task Manager (Print Name)
12/31/2026Final Billing Date:
Local Funding Agreement
Total Contract Funding: Total Contract Funding:Revenue Revenue
20-1002316
Form 200 11/2019 1/1
7.e
Packet Pg. 132
Att
ach
men
t: 2
0-10
0231
6_C
SS
[R
evis
ion
1]
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002316
Page 1 of 11
COOPERATIVE AGREEMENT NO. 20-1002316
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
THE CITY OF RANCHO CUCAMONGA
FOR
PLANNING AND ENVIRONMENTAL; PLANS, SPECIFICATIONS AND ESTIMATE
(PS&E); RIGHT OF WAY (ROW); AND CONSTRUCTION FOR PHASE-II OF THE
RANCHO CUCAMONGA METROLINK STATION ACCESSIBILITY
IMPROVEMENT PROJECT
I. PARTIES AND TERM
A. THIS COOPERATIVE AGREEMENT (“AGREEMENT”) is made and entered into by
and between the San Bernardino County Transportation Authority (“SBCTA”) and the
City of Rancho Cucamonga (“CITY”), SBCTA and CITY may be referred to individually
as a “PARTY” and collectively as “PARTIES”.
B. On February 12, 2016, SBCTA and the City of Rancho Cucamonga executed
Cooperative Agreement 15-1001129 for Phase I of the Metrolinlk Station Accessibility
Improvement Project. Construction for Phase I was completed in March 2019.
C. THIS AGREEMENT is for Phase II of the Metrolink Station Accessibility Improvements
and shall terminate upon completion of SBCTA’s management of the planning,
environmental, PS&E, ROW and construction phases of Phase II, or December 31, 2026,
whichever is earlier in time, except that the indemnification provisions shall remain in
effect until terminated or modified, in writing, by mutual agreement. Should any claims
arising out of this Agreement be asserted against one of the Parties, the Parties agree to
extend the fixed termination date of this Agreement, until such time as the claims are
settled, dismissed or paid.
II. RECITALS
A. WHEREAS, Phase I and Phase II improvements in the City of Rancho Cucamonga are
depicted in Attachment B.“PHASE I” consists of the Active Transportation Program
Cycle 1;”PHASE II” is the Active Transportation Program Cycle 4.”; and
B. WHEREAS, SBCTA has completed PHASE I and proposes to construct PHASE II,
which includes location-specific improvements to various facilities within the City of
Rancho Cucamonga (Referred hereafter as “PROJECT”); and
C. WHEREAS, the Parties wish to enter into this Agreement to delineate roles,
responsibilities, and funding commitments relative to the Project Management, Planning,
Environmental, PS&E, ROW and Construction activities of the PROJECT; and
7.f
Packet Pg. 133
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002316
Page 2 of 11
D. WHEREAS, the CITY has requested SBCTA to complete the implementation of the
PROJECT, including project management, engineering design, construction, procurement
and management of contractors, and coordination with other cities and agencies; and
E. WHEREAS, SBCTA has requested the CITY to contribute funding to cover a portion of
Phase II costs for construction, as outlined in Attachment A; and
F. WHEREAS, the CITY is the PROJECT owner and this AGREEMENT does not transfer
ownership of the PROJECT to SBCTA or any other entity; as such, the CITY retains all
legal responsibilities associated with ownership, operation and maintenance of the
existing and future improvements upon their completion; and
G. WHEREAS, SBCTA is the California Environmental Quality Act (CEQA) Lead Agency
for the PROJECT and The State of California, Department of Transportation (Caltrans) is
the National Environmental Policy Act (NEPA) Lead Agency for the PROJECT.
NOW, THEREFORE, the Parties agree to the following:
III. SBCTA RESPONSIBILITIES:
SBCTA agrees:
A. To be the lead agency for Project Management, Planning, Environmental, PS&E, ROW,
and Construction work and to diligently undertake and complete, the Planning,
Environmental, ROW, PS&E, and Construction work on PROJECT, including the
selection and retention of consultants and contractors, following input from the CITY.
SBCTA shall also serve as the lead agency for managing the PROJECT budget and
corresponding contracts. Performance of services under these consultant and/or
contractor contracts shall be subject to the technical direction of SBCTA’s Director of
Project Delivery, or her/his designee, with input and consultation from CITY.
B. To contribute towards the Planning, Environmental, PS&E, ROW, and Construction
phases of the PHASE II PROJECT, an estimated $6,131,664. The actual cost of a specific
phase or improvements within a specific city may ultimately vary and cause the total
project cost to change from the estimate provided in Attachment A. The total project
costs remaining after contributions from CITY and other participating cities, exclusive of
the CITY-provided services specified in Part IV of this AGREEMENT, is to be borne
solely by SBCTA.
C. To execute appropriate agreements with other cities and agencies to facilitate and
coordinate the completion of the PROJECT.
D. To invoice CITY 50% of the PROJECT cost within 45 days of execution of this
agreement, and the remaining 50% of the PROJECT cost within 180 days for City’s
contribution to the PROJECT as noted in the Funding Table (Attachment A).
E. To file the California Environmental Quality Act Notice of Exemption (CEQA NOE)
with the County of San Bernardino and coordinate with Caltrans to certify the National
Environmental Policy Act Categorical Exclusion (NEPA CE).
7.f
Packet Pg. 134
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002316
Page 3 of 11
F. To designate a Project Manager to represent SBCTA through whom all communications
between the Parties shall be channeled.
G. To provide CITY with a proposed project schedule to complete the PROJECT.
H. To include CITY in Project Development Team (PDT) meetings and related
communications on PROJECT progress as well as to provide CITY with copies of PDT
meeting minutes and action items.
I. To perform the design and construction of the PROJECT in accordance with State,
Federal and City standards and practices.
J. To include CITY in design decisions that could impact CITY’s general plan and aesthetic
considerations.
K. To make all PROJECT work performed by SBCTA available for review and comment by
CITY. The CITY shall transmit all review comments to the SBCTA within 20 working
days after the submittal is received by the CITY. If comments are not provided by the
20th working day, the SBCTA will deem the submittals approved by the CITY and shall
notify the CITY of its intention to move forward with PROJECT execution. The CITY
agrees the submittals may be in the form of plans, specifications, estimates, reports,
studies, environmental documents or other PROJECT-related submittals requiring the
CITY to review and comment. SBCTA and CITY shall review all comments received
regarding the PROJECT and mutually agree to which comments shall be incorporated
into the PROJECT.
L. To apply for encroachment permits authorizing entry of SBCTA and its consultants and
contractors onto CITY right of way to perform investigative activities, including
surveying and geotechnical borings, and construction activities required by the
PROJECT.
M. To obtain all necessary PROJECT permits, agreements and/or approvals from appropriate
agencies; all necessary PROJECT permits, agreements, and/or approvals from the CITY
shall be provided at no cost to SBCTA. All mitigation, monitoring, and/or remedial
action required by said permits and/or agreements obtained from agencies other than the
CITY shall constitute part of the PROJECT cost.
N. To identify the utilities within the PROJECT area and coordinate with the utility
companies to determine their location, and if necessary their relocation.
O. To provide written notice to CITY upon SBCTA’s determination that the PROJECT is
substantially completed in accordance with the plans and specifications. For the purposes
of this Agreement, “substantially completed” shall mean that the PROJECT can be
reasonably used for its intended purposes, notwithstanding that certain nonmaterial work
remains to be completed, it being understood that SBCTA shall promptly pursue the
completion of such nonmaterial work.
P. Upon completion of construction of PROJECT, SBCTA shall deliver to CITY a complete
set of redline “as-built” plans (pdf format) of the PROJECT.
7.f
Packet Pg. 135
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002316
Page 4 of 11
IV. CITY RESPONSIBILITIES:
CITY agrees:
A. To designate a responsible staff member to serve as the CITY Project Manager for the
PROJECT who will coordinate with SBCTA’s Project Manager, other staff, and
consultants; who will be CITY’s representative in attending the PDT meetings, receiving
day-to-day communication and reviewing the PROJECT documents; and who will
coordinate with the SBCTA project delivery team for communication with the selected
designer. All communication by the CITY Project Manager to the selected designer and
contractor will be coordinated with and ultimately given through the SBCTA Project
Manager.
B. To contribute, within 45 days of receiving SBCTA’s invoices, 25 percent of the
PROJECT’s total cost for design and construction, which is estimated to be $341,363.
The actual cost may ultimately vary and cause the total PROJECT cost to change from
the estimate provided in Attachment A. The total PROJECT costs reminaing after
contributions from CITY and other participating cities, exclusive of the CITY-provided
services specified in Part IV of this AGREEMENT, is to be borne solely by SBCTA.
C. To participate in selection process of the designer(s) and contractor(s) for the PROJECT.
D. To distribute PROJECT submittals for review and comment by CITY.
E. To review and comment, at no cost to the PROJECT, on all PROJECT work performed
by SBCTA. CITY shall transmit all review comments to SBCTA within 20 working days
after the submittal is received by CITY. If comments are not provided by the 20th
working day, SBCTA will deem the submittals approved by CITY and shall notify CITY
of its intention to move forward with PROJECT execution. CITY agrees the submittals
may be in the form of plans, specifications, estimates, reports, studies, environmental
documents or other PROJECT-related submittals requiring CITY review and comment.
SBCTA and CITY shall review all comments received regarding the PROJECT and
mutually agree to which comments shall be incorporated into the PROJECT.
F. To provide encroachment permits authorizing entry of SBCTA and its consultants and
contractors onto CITY right of way to perform investigative activities, including
surveying and geotechnical borings, and construction activities required by the PROJECT
at no cost to the PROJECT. If encroachment permits are necessary, the CITY agrees to
facilitate coordination with adjacent properties, residences, and businesses impacted.
G. To provide all CITY permits and waive City fees required to construct the PROJECT.
SBCTA or its PROJECT contractor(s) shall obtain and pay the fees for all other non-
CITY permits required for the construction of the PROJECT.
7.f
Packet Pg. 136
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002316
Page 5 of 11
H. To prepare CITY staff reports for city council consideration and SBCTA agrees to
provide supporting documentation for the staff reports.
I. CITY agrees to exempt SBCTA from plan check fees for submittal reviews.
J. CITY agrees it will issue zero fee encroachment, traffic control, and street cut permits or
other permits required by the CITY to perform investigative activities required by the
PROJECT.
K. CITY agrees to provide at no cost to the PROJECT existing improvement plans, and
standard plans and specifications.
L. CITY agrees to provide SBCTA copies of the franchise/utility agreements for the utilities
in the PROJECT area for the purposes of determining prior rights and estimating utility
relocation costs.
M. CITY agrees it will invoke its franchise/utility agreements and have its prior rights
imposed on utilities if it is determined utilities are in conflict with the PROJECT and
require relocation. CITY will formally inform the utilities of CITY’s prior rights and
request the relocation of utilities pursuant to the franchise/utility agreements.
N. To accept in writing the PROJECT within thirty (30) days of receipt of written notice
from SBCTA that the PROJECT is substantially completed as described by Paragraph
“O” in Section III, which acceptance shall not be unreasonably withheld or delayed.
Withholding or delaying acceptance because of nonmaterial work remaining to be
completing shall be deemed unreasonable.
V. MUTUAL RESPONSIBILITIES:
A. The scope of the PROJECT is depicted in Attachment B “Conceptual Layout”. The
scope of PROJECT improvements is an “estimate” of improvements and is subject to
change upon approval by the PARTIES. To adhere to available funding limits for the
PROJECT, as shown in Attachment A, certain improvements for the PROJECT may be
modified or eliminated.
B. CITY agrees SBCTA is completing project management, environmental, PS&E, ROW,
construction management, procurement and oversight of a construction contractor to
complete the PROJECT. SBCTA will complete these tasks using SBCTA staff or
contracted services.
C. SBCTA will lead and the CITY will participate in the process for selecting the PROJECT
designer and contractor.
D. Neither CITY nor any officer, director, employee, elected official or agent thereof is
responsible for any injury, damage or liability occurring or arising by reason of anything
done or omitted to be done by SBCTA under or in connection with any work, authority or
7.f
Packet Pg. 137
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002316
Page 6 of 11
jurisdiction delegated to SBCTA under this AGREEMENT. It is understood and agreed
that, pursuant to Government Code Section 895.4, SBCTA shall fully defend, indemnify
and save harmless CITY its officers, directors, employees, elected officials or agents
from all claims, suits or actions of every name, kind and description brought for or on
account of injury (as defined by Government Code Section 810.8) occurring by reason of
anything done or omitted to be done by SBCTA under or in connection with any work,
authority or jurisdiction delegated to SBCTA under this AGREEMENT.
E. Neither SBCTA nor any officer, director, employee or agent thereof is responsible for
any injury, damage or liability occurring or arising by reason of anything done or omitted
to be done by CITY under or in connection with any work, authority or jurisdiction
delegated to CITY under this AGREEMENT. It is understood and agreed that, pursuant
to Government Code Section 895.4, CITY shall fully defend, indemnify and save
harmless SBCTA its officers, directors, employees or agents from all claims, suits or
actions of every name, kind and description brought for or on account of injury (as
defined by Government Code Section 810.8) occurring by reason of anything done or
omitted to be done by CITY under or in connection with any work, authority or
jurisdiction delegated to CITY under this AGREEMENT.
F. This Agreement shall continue in full force and effect through completion and closeout of
the PROJECT or on December 31, 2026 whichever is earlier in time. If the PROJECT is
not completed by December 31, 2026, then the PARTIES shall meet and confer in good
faith to negotiate a mutually acceptable amendment to this AGREEMENT in order to
complete the PROJECT. Should any claims arising out of PROJECT be asserted against
one of the PARTIES, the PARTIES agree to extend the fixed termination date of this
AGREEMENT, until such time as the claims are settled, dismissed or paid.
G. CITY is an authorized self-insured public entity for purposes of Professional Liability,
General Liability, Automobile Liability and Workers’ Compensation and warrants that
through its program of self-insurance, it has adequate coverage or resources to protect
against liabilities arising out of the performance of the terms, conditions or obligations of
this AGREEMENT.
H. SBCTA is a public entity with Professional Liability, General Liability and Automobile
Liability policies of $10,000,000 each and Workers’ Compensation insurance coverage in
the statutory limits, to protect against liabilities arising out of the performance of the
terms, conditions or obligations of this AGREEMENT.
I. All PARTIES hereto warrant that they are duly authorized to execute this AGREEMENT
on behalf of said PARTIES and that, by so executing this AGREEMENT, the PARTIES
hereto are formally bound to this AGREEMENT.
J. Except on subjects preempted by Federal law, this AGREEMENT shall be governed and
construed in accordance with the laws of the State of California. All PARTIES agree to
follow all local, state, county and federal laws and ordinances with respect to
performance under this AGREEMENT.
K. The PARTIES agree that each PARTY and any authorized representative, designated in
writing to the PARTIES, and upon reasonable notice, shall have the right during normal
7.f
Packet Pg. 138
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002316
Page 7 of 11
business hours to examine all PARTIES’ financial books and records with respect to this
AGREEMENT. The PARTIES agree to retain their books and records for a period of
five (5) years from the later of: (a) the date on which this AGREEMENT terminates; or
(b) the date on which such book or record was created.
L. If any clause or provision of this AGREEMENT is illegal, invalid or unenforceable under
applicable present or future laws, then it is the intention of the PARTIES that the
remainder of this AGREEMENT shall not be affected but shall remain in full force and
effect.
M. This AGREEMENT can be amended with a written amendment when agreed upon and
duly authorized and executed by both PARTIES.
N. In the event of litigation arising from this AGREEMENT, each PARTY to this
AGREEMENT shall bear its own costs, including attorney(s) fees. This paragraph shall
not apply to the costs or attorney(s) fees relative to paragraphs D and E of this Section.
O. This AGREEMENT may be signed in counterparts, each of which shall constitute an
original.
P. Any notice required or authorized to be given hereunder or any other communications
between the PARTIES provided for under the terms of this AGREEMENT shall be in
writing, unless otherwise provided for herein, and shall be served personally or by
reputable courier or by email addressed to the relevant party at the address/fax number
stated below.
Q. Notice given under or regarding this AGREEMENT shall be deemed given (a) upon
actual delivery, if delivery is personally made; or (b) upon delivery into the United States
Mail if delivery is by postage paid certified mail (return receipt requested), email or
private courier including overnight delivery services. Notice shall be sent to the
respective Party at the address indicated below or to any other address as a Party may
designate from time to time by a notice given in accordance with this paragraph.
a. If to CITY:
City of Rancho Cucamonga
10500 Civic Center Drive
P.O. Box 807
Rancho Cucamonga, CA 91739-0807
Attention: Bob Critchfield, P.E.
Engineering Manager
Email: [email protected]
b. If to SBCTA:
San Bernardino County Transportation Authority
1170 West 3rd Street, 2nd Floor
San Bernardino, CA 92410
Attention: Paula Beauchamp
Director of Project Delivery and Toll Operations
Email: [email protected]
7.f
Packet Pg. 139
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002316
Page 8 of 11
R. The Recitals stated above are true and correct and are incorporated by this reference
into the AGREEMENT.
S. Attachments A and B are attached to and incorporated into this AGREEMENT.
7.f
Packet Pg. 140
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002316
Page 9 of 11
SIGNATURE PAGE TO
COOPERATIVE AGREEMENT NO. 20-1002316
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
CITY OF RANCHO CUCAMONGA
SAN BERNARDINO COUNTY
TRANSPORTATION AUTHORITY
By: ____________________________
Frank Navarro
Board President
Date:___________________
APPROVED AS TO FORM AND
PROCEDURE:
By:_____________________
Julianna K. Tillquist
General Counsel
CITY OF RANCHO CUCAMONGA
By:_____________________________
L. Dennis Michael
Mayor
Date:___________________
APPROVED AS TO FORM AND
PROCEDURE:
By:_____________________
James L. Markman
City Attorney
7.f
Packet Pg. 141
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002316
Page 10 of 11
ATTACHMENT A
PROJECT FUNDING TABLE
Table 1. Phase II Costs for Rancho Cucamonga Metrolink Station
Fund Amount
City of Rancho Cucamonga
ATP Local Contribution for Design and
Construction
$341,363
Project Management Cost
(and other City incurred cost)
$0
Total City Contribution $341,363
ATP Phase II Project Funding allocated to Rancho
Cucamonga
$1,365,450
Total Cost $1,706,813
7.f
Packet Pg. 142
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002316
Page 11 of 11
ATTACHMENT B
CONCEPTUAL LAYOUT
7.f
Packet Pg. 143
Att
ach
men
t: 2
0-10
0231
6_M
etro
link_
AT
P_P
has
e_II_
MO
U_R
anch
o_C
uca
mo
ng
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Fund Prog Task
Sub-
Task Fund Prog Task
Sub-
Task
GL: 6010 40 0860 0810 GL:
GL: GL:
GL: GL:
GL: GL:
GL: GL:
Total Contract Funding: Total Contract Funding:Revenue Revenue
20-1002317
Local Funding Agreement
Final Billing Date: 12/31/2026
Project Manager (Print Name)
388,346.00$
-
-
-
-
Funding Agreement No:
Paula Beauchamp
Task Manager (Print Name)
Beginning POP Date:
Current Amendment
Total Contingency Value
-$
-$
-$
Customer ID: FONT CI
Description: Metrolink ATP Accessibility Project - Phase-II
Contract Management (Internal Purposes Only)
388,346.00$
Prior Amendments
Original Contract
-$ -$
10/07/2020 Ending POP Date: 12/31/2026
Total Contract Funding:
Accounts Receivable
Contract Summary Sheet
Dollar Amount
General Contract Information
Contract Authorization
Current Amendment -$
388,346.00$ Total/Revised Contract Value
20-1002317
Total Dollar Authority (Contract Value and Contingency) 388,346.00$
Original Contingency
Prior Amendments
Board of Directors 10/07/2020 Committee
Additional Notes:
Juan Lizarde
Date: Item #
12/31/2026
-
-
-
-
Expiration Date:
388,346.00
-
42408009
List Any Accounts Payable Related Contract Nos.:
Contract Class: Receivable Project Delivery
Contract No: Amendment No.:
Department:
Customer Name: City of Fontana
Form 200 11/2019 1/1
7.g
Packet Pg. 144
Att
ach
men
t: 2
0-10
0231
7_C
SS
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002317
Page 1 of 10
COOPERATIVE AGREEMENT NO. 20-1002317
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
THE CITY OF FONTANA
FOR
PLANNING AND ENVIRONMENTAL; PLANS, SPECIFICATIONS AND ESTIMATE
(PS&E); RIGHT OF WAY (ROW); AND CONSTRUCTION FOR PHASE-II OF THE
FONTANA METROLINK STATION ACCESSIBILITY IMPROVEMENT PROJECT
I. PARTIES AND TERM
A. THIS COOPERATIVE AGREEMENT (“AGREEMENT”) is made and entered into by
and between the San Bernardino County Transportation Authority (“SBCTA”) and the
City of Fontana (“CITY”). SBCTA and CITY may be referred to individually as a
“PARTY” and collectively as “PARTIES”.
B. On February 12, 2016, SBCTA and the City of Fontana executed Cooperative Agreement
15-1001130 for Phase I of the Metrolinlk Station Accessibility Improvement Project.
Construction for Phase I was completed in March 2019.
C. THIS AGREEMENT is for Phase II of the Metrolink Station Accessibility Improvements
and shall terminate upon completion of the SBCTA’s management of the planning,
environmental, PS&E, ROW and construction phases, or December 31, 2026, whichever
is earlier in time, except that the indemnification provisions shall remain in effect until
terminated or modified, in writing, by mutual agreement. Should any claims arising out
of this AGREEMENT be asserted against one of the PARTIES, the PARTIES agree to
extend the fixed termination date of this AGREEMENT, until such time as the claims are
settled, dismissed or paid.
II. RECITALS
A. WHEREAS, Phase I and Phase II improvements in the City of Fontana are depicted in
Attachment B.“PHASE I” consists of the Active Transportation Program Cycle
1;”PHASE II” is the Active Transportation Program Cycle 4. ”; and
B. WHEREAS, SBCTA has completed PHASE I and proposes to construct PHASE II,
which includes location-specific improvements to various facilities within the City of
Fontana (“PROJECT”); and
C. WHEREAS, the PARTIES wish to enter into this AGREEMENT to delineate roles,
responsibilities, and funding commitments relative to the Project Management, Planning,
Environmental, PS&E, ROW and Construction activities of the PROJECT; and
D. WHEREAS, the CITY has requested SBCTA to complete the implementation of the
PROJECT, including project management, engineering design, construction, procurement
and management of contractors, and coordination with other cities and agencies; and
7.h
Packet Pg. 145
Att
ach
men
t: 2
0-10
0231
7_M
etro
link_
AT
P_P
has
e_II_
MO
U_F
on
tan
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002317
Page 2 of 10
E. WHEREAS, SBCTA has requested the CITY to contribute funding to cover a portion of
Phase II costs for project management and construction, as outlined in Attachment A; and
F. WHEREAS, the CITY is the PROJECT owner and this AGREEMENT does not transfer
ownership; as such, the CITY retains all legal responsibilities associated with ownership,
operation and maintenance of the existing and future improvements; and
G. WHEREAS, SBCTA is the California Environmental Quality Act (CEQA) Lead Agency
for the PROJECT and The State of California, Department of Transportation (Caltrans) is
the National Environmental Policy Act (NEPA) Lead Agency for the PROJECT.
NOW, THEREFORE, the PARTIES agree to the following:
III. SBCTA RESPONSIBILITIES:
SBCTA agrees:
A. To be the lead agency for Project Management, Planning, Environmental, PS&E, ROW,
and Construction work and to diligently undertake and complete, the Planning,
Environmental, ROW, PS&E, and Construction work on the PROJECT, including the
selection and retention of consultants and contractors, following input from the CITY.
SBCTA shall also serve as the lead agency for managing the PHASE II PROJECT budget
and corresponding contracts. Performance of services under these consultant and/or
contractor contracts shall be subject to the technical direction of SBCTA’s Director of
Project Delivery, or her/his designee, with input and consultation from the CITY.
SBCTA shall ensure that consultants and contractors participating in PROJECT work are
appropriately qualified or licensed to perform the tasks assigned to them.
B. To contribute towards the Planning, Environmental, PS&E, ROW, and Construction
phases of the PHASE II PROJECT, an estimated $6,131,664, allocated for improvements
within specific jurisdistions of participating cities. The actual cost of a specific phase or
improvements within a specific city may ultimately vary and cause the total project cost
to change from the estimate provided in Attachment A. The total project costs remaining
after contributions from the CITY and other participating cities, exclusive of the CITY-
provided services specified in Part IV of this AGREEMENT, is to be borne solely by
SBCTA.
C. To execute appropriate agreements with other cities and agencies to facilitate and
coordinate the completion of the PROJECT.
D. To invoice CITY 50% of the project cost within 45 days of execution of this agreement,
and the remaining 50% of the project cost within 225 days of execution of this agreement
for City’s contribution to the project as noted in the Funding Table, Attachment A.
E. To certify the California Environmental Quality Act Notice of Exemption (CEQA NOE)
and coordinate with Caltrans to certify the National Environmental Policy Act
Categorical Exclusion (NEPA CE).
7.h
Packet Pg. 146
Att
ach
men
t: 2
0-10
0231
7_M
etro
link_
AT
P_P
has
e_II_
MO
U_F
on
tan
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002317
Page 3 of 10
F. To designate a Project Manager to represent SBCTA through whom all communications
between the PARTIES shall be channeled, and to provide supporting documentation for
CITY staff reports related to the PROJECT..
G. To provide the CITY with a proposed project schedule to complete the PROJECT.
H. To include the CITY in Project Development Team (PDT) meetings and related
communications on PROJECT progress as well as to provide the CITY with copies of
PDT meeting minutes and action items.
I. To perform the design and construction in accordance with State and Federal standards
and practices.
J. To include the CITY in design decisions that could impact the CITY’s general plans and
aesthetic considerations.
K. To make all PROJECT work performed by or on behalf of SBCTA available for review
and comment by the CITY’s Public Works Department. The CITY’s Public Works
Department shall transmit all review comments to SBCTA within 20 working days after
the submittal is received by the CITY. If comments are not provided by the 20th working
day, SBCTA will deem the submittals approved by the CITY and shall notify the CITY
of its intention to move forward with PROJECT execution. The CITY agrees the
submittals may be in the form of plans, specifications, estimates, reports, studies,
environmental documents or other PROJECT-related submittals requiring the CITY to
review and comment. SBCTA and CITY shall review all comments received regarding
the PROJECT and mutually agree upon comments which shall be incorporated into the
PROJECT.
L. To apply for encroachment permits authorizing entry of SBCTA and its consultants and
contractors onto the CITY right of way to perform investigative activities, including
surveying and geotechnical borings, and construction activities required by the
PROJECT; and to receive encroachment permits from the CITY at no cost to SBCTA.
M. To obtain, all necessary PROJECT permits, agreements and/or approvals from
appropriate agencies; all necessary PROJECT permits, agreements, and/or approvals
from the CITY shall be provided at no cost to SBCTA. All mitigation, monitoring, and/or
remedial actions required by said permits and/or agreements obtained from agencies
other than the CITY shall constitute part of the PROJECT cost.
N. To identify the utilities within the PROJECT area and coordinate with the utility
companies to determine their location, and if necessary, their relocation.
O. To provide written notice to the CITY upon SBCTA’s determination that the PROJECT
is substantially completed in accordance with the plans and specifications. For the
purposes of this AGREEMENT, “substantially completed” shall mean that the PROJECT
can be reasonably used for its intended purposes, notwithstanding that certain
nonmaterial work remains to be completed, it being understood that SBCTA shall
promptly pursue the completion of such nonmaterial work.
P. Upon completion of construction of the PROJECT, SBCTA shall deliver to the CITY a
complete set of redline “as-built” plans of the PROJECT.
7.h
Packet Pg. 147
Att
ach
men
t: 2
0-10
0231
7_M
etro
link_
AT
P_P
has
e_II_
MO
U_F
on
tan
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002317
Page 4 of 10
IV. CITY RESPONSIBILITIES:
CITY agrees:
A. To designate a responsible staff member to serve as the CITY Project Manager for the
PROJECT who will coordinate with SBCTA staff and consultants; who will be CITY’s
representative in attending the PDT meetings, receiving day-to-day communication and
reviewing the PROJECT documents; and who will coordinate with the SBCTA project
delivery team for communication with the selected designer. All communication by the
CITY Project Manager to the selected designer and contractor will be coordinated with
and ultimately given through the SBCTA Project Manager.
B. To contribute, within 45 days of receiving SBCTA’s invoice, towards the PS&E and
Construction phases of the PROJECT, an estimated $388,346.00 for Phase II. The actual
cost of a specific phase may ultimately vary and cause the total project cost to change
from the estimate provided in Attachment A. The total project costs reminaing after
contributions from CITY and other participating cities, exclusive of the CITY-provided
services specified in Part IV of this AGREEMENT, is to be borne solely by SBCTA..
C. To distribute PROJECT submittals received from SBCTA for review and comment by
CITY.
D. To review and comment, at no cost to the PROJECT, on all PROJECT work performed
by SBCTA. CITY shall transmit all review comments to SBCTA within 20 working days
after the submittal is received by CITY. If comments are not provided by the 20th
working day, SBCTA will deem the submittals approved by CITY and shall notify CITY
of its intention to move forward with PROJECT execution. CITY agrees the submittals
may be in the form of plans, specifications, estimates, reports, studies, environmental
documents or other PROJECT-related submittals requiring CITY review and comment.
SBCTA and CITY shall review all comments received regarding the PROJECT and
mutually agree to which comments shall be incorporated into the PROJECT.
E. To provide encroachment permits authorizing entry of SBCTA and its consultants and
contractors onto CITY right of way to perform investigative activities, including
surveying and geotechnical borings, and construction activities required by the PROJECT
at no cost to the PROJECT. If encroachment permits are necessary, the CITY agrees to
facilitate coordination with adjacent properties, residences, and businesses impacted.
F. To provide all City permits and waive City fees required to construct the PROJECT.
SBCTA/contractor(s) shall obtain and pay the fees for all other non-City permits required
for the construction of the PROJECT.
G. To prepare CITY staff reports for City Council consideration SBCTA agrees to provide
supporting documentation for the staff reports.
7.h
Packet Pg. 148
Att
ach
men
t: 2
0-10
0231
7_M
etro
link_
AT
P_P
has
e_II_
MO
U_F
on
tan
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002317
Page 5 of 10
H. The CITY agrees to exempt SBCTA from plan check fees for submittal reviews.
I. The CITY agrees it will issue zero fee encroachment, traffic control, and street cut
permits or other permits required by the CITY to perform investigative activities required
by the PROJECT.
J. The CITY agrees to provide at no cost to the PROJECT existing improvement plans, and
standard plans and specifications.
K. The CITY agrees to provide SBCTA copies of the CITY’s franchise/utility agreements
for the utilities in the PROJECT area for the purposes of determining prior rights and
estimating utility relocation costs.
L. The CITY agrees it will invoke its franchise/utility agreements and have its prior rights
imposed on utilities if it is determined utilities are in conflict with the PROJECT and
require relocation. The CITY will formally inform the utilities of the CITY’s prior rights
and request the relocation of utilities pursuant to the franchise/utility agreements.
M. To accept in writing the PROJECT within thirty (30) days of receipt of written notice
from SBCTA that the PROJECT is substantially completed as described by Paragraph
“N” in Section III, which acceptance shall not be unreasonably withheld or delayed.
Withholding or delaying acceptance because of nonmaterial work remaining to be
completing shall be deemed unreasonable.
V. MUTUAL RESPONSIBILITIES:
A. The scope of the PROJECT is depicted in Attachment B “Conceptual Layout”. The
scope of Phase II improvements is an “estimate” of improvements and is subject to
change. To adhere to available funding limits for Phase II, as shown in Attachment A,
certain improvements in Phase II may be modified or eliminated.
B. CITY agrees SBCTA is completing project management, environmental, PS&E, ROW,
construction management, procurement and oversight of a construction contractor to
complete the PROJECT. SBCTA will complete these tasks using SBCTA staff or
contracted services. and, notwithstanding any review or acceptance of PROJECT work
by CITY, SBCTA shall be responsible for the professional quality, technical accuracy,
coordination and completion of these tasks.
C. Neither the CITY nor any officer, director, employee or agent thereof is responsible for
any injury, damage or liability occurring or arising by reason of anything done or omitted
to be done by SBCTA under or in connection with any work, authority or jurisdiction
delegated to SBCTA under this AGREEMENT. It is understood and agreed that, pursuant
to Government Code Section 895.4, SBCTA shall fully defend, indemnify and save
harmless the CITY, its officers, directors, employees or agents from all claims, suits or
actions of every name, kind and description brought for or on account of injury (as
defined by Government Code Section 810.8) occurring by reason of anything done or
omitted to be done by SBCTA , its contractors, sub-contractors, or agents under or in
7.h
Packet Pg. 149
Att
ach
men
t: 2
0-10
0231
7_M
etro
link_
AT
P_P
has
e_II_
MO
U_F
on
tan
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002317
Page 6 of 10
connection with any work, authority or jurisdiction delegated to SBCTA under this
AGREEMENT.
D. Neither SBCTA nor any officer, director, employee or agent thereof is responsible for
any injury, damage or liability occurring or arising by reason of anything done or omitted
to be done by the CITY under or in connection with any work, authority or jurisdiction
delegated to CITY under this AGREEMENT. It is understood and agreed that, pursuant
to Government Code Section 895.4, the CITY shall fully defend, indemnify and save
harmless the SBCTA, its officers, directors, employees or agents from all claims, suits or
actions of every name, kind and description brought for or on account of injury (as
defined by Government Code Section 810.8) occurring by reason of anything done or
omitted to be done by the CITY under or in connection with any work, authority or
jurisdiction delegated to the CITY under this AGREEMENT.
E. This AGREEMENT shall continue in full force and effect through completion and
closeout of the PROJECT or on December 31, 2026 whichever is earlier in time. Should
any claims arising out of the PROJECT be asserted against one of the PARTIES, the
PARTIES agree to extend the fixed termination date of this AGREEMENT, until such
time as the claims are settled, dismissed or paid.
F. CITY is an authorized self-insured public entity for purposes of Professional Liability,
General Liability, Automobile Liability and Workers’ Compensation and warrants that
through its program of self-insurance, it has adequate coverage or resources to protect
against liabilities arising out of the performance of the terms, conditions or obligations of
this AGREEMENT.
G. SBCTA is a public entity with Professional Liability, General Liability and Automobile
Liability policies of $10,000,000 each and Workers’ Compensation insurance coverage in
the statutory limits, to protect against liabilities arising out of the performance of the
terms, conditions or obligations of this AGREEMENT.
H. Each PARTY hereto warrants that they person signing is duly authorized to execute this
AGREEMENT on behalf of said PARTY and that, by so executing this AGREEMENT,
the PARTIES hereto are formally bound to this AGREEMENT.
I. Except on subjects preempted by Federal law, this AGREEMENT shall be governed and
construed in accordance with the laws of the State of California. All PARTIES agree to
follow all local, state, county and federal laws and ordinances with respect to
performance under this AGREEMENT.
J. The PARTIES agree that each PARTY and any authorized representative, designated in
writing to the PARTIES, and upon reasonable notice, shall have the right during normal
business hours to examine all PARTIES’ financial books and records with respect to this
AGREEMENT. The PARTIES agree to retain their books and records for a period of
five (5) years from the later of: (a) the date on which this AGREEMENT terminates; or
(b) the date on which such book or record was created.
K. If any clause or provision of this AGREEMENT is illegal, invalid or unenforceable under
applicable present or future laws, then it is the intention of the PARTIES that the
remainder of this AGREEMENT shall not be affected but shall remain in full force and
effect.
7.h
Packet Pg. 150
Att
ach
men
t: 2
0-10
0231
7_M
etro
link_
AT
P_P
has
e_II_
MO
U_F
on
tan
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002317
Page 7 of 10
L. This AGREEMENT can be amended with a written amendment when agreed upon and
duly authorized and executed by both PARTIES.
M. In the event of litigation arising from this AGREEMENT, each PARTY to this
AGREEMENT shall bear its own costs, including attorney(s) fees. This paragraph shall
not apply to the costs or attorney(s) fees relative to paragraphs C and D of this section.
N. This AGREEMENT may be signed in counterparts, each of which shall constitute an
original.
O. Any notice required or authorized to be given hereunder or any other communications
between the PARTIES provided for under the terms of this AGREEMENT shall be in
writing, unless otherwise provided for herein, and shall be served personally or by
reputable courier or by email addressed to the relevant PARTY at the address/fax number
stated below.
P. Notice given under or regarding this AGREEMENT shall be deemed given (a) upon
actual delivery, if delivery is personally made; or (b) upon delivery into the United States
Mail if delivery is by postage paid certified mail (return receipt requested), email (with
acknowledgment of receipt) or private courier including overnight delivery services.
Notice shall be sent to the respective PARTY at the address indicated below or to any
other address as a PARTY may designate from time to time by a notice given in
accordance with this paragraph.
a. If to CITY:
City of Fontana
8353 Sierra Avenue
Fontana, CA 92335
Attention: Ricardo Sandoval
Director of Engineering
Email: [email protected]
b. If to SBCTA:
San Bernardino County Transportation Authority
1170 West 3rd Street, 2nd Floor
San Bernardino, CA 92410
Attention: Paula Beauchamp
Director of Project Delivery and Toll Operations
Email: [email protected]
Q. The Recitals stated above are true and correct and are incorporated by this reference
into the AGREEMENT.
R. Attachments A and B are attached to and incorporated into this AGREEMENT.
7.h
Packet Pg. 151
Att
ach
men
t: 2
0-10
0231
7_M
etro
link_
AT
P_P
has
e_II_
MO
U_F
on
tan
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002317
Page 8 of 10
SIGNATURE PAGE TO
COOPERATIVE AGREEMENT NO. 20-1002317
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
CITY OF FONTANA
CITY OF FONTANA
By:________________________________
Mark Denny
City Manager
SAN BERNARDINO COUNTY
TRANSPORTATION AUTHORITY
By:_________________________________
Frank J. Navarro
Board President
Attest:
By:________________________________
Tonia Lewis, City Clerk
Approved as to form:
Best Best & Krieger LLP
City Attorney
Approved as to form:
__________________________________
Julianna K. Tillquist
General Counsel
By:_____________________________
Chuck Hays, Deputy City Manager
Development Services Organization
By:_____________________________
Ricardo Sandoval
Director of Engineering/City Engineer
IN COMPLIANCE WITH INSURANCE ADMINISTRATION POLICIES/PROCEDURES
By:_____________________________
Rakesha Thomas, Director of
Human Resources and Risk Management
IN COMPLIANCE WITH PURCHASING AND CONTRACT ADMINISTRATION
POLICIES/PROCEDURES
Lisa Strong
Management Services Director
__________________________
Purchasing
7.h
Packet Pg. 152
Att
ach
men
t: 2
0-10
0231
7_M
etro
link_
AT
P_P
has
e_II_
MO
U_F
on
tan
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002317
Page 9 of 10
ATTACHMENT A
PROJECT FUNDING TABLE
Table 1. Phase II Costs for Fontana Metrolink Station
Fund Amount
City of Fontana
ATP Local Contribution for Design and
Construction
$194,173
Project Management Cost
(and other City incurred cost)
$194,173
Total City Contribution $388,346
ATP Phase II Project Funding allocated to Fontana $1,747,554
Total Cost $2,135,900
7.h
Packet Pg. 153
Att
ach
men
t: 2
0-10
0231
7_M
etro
link_
AT
P_P
has
e_II_
MO
U_F
on
tan
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Cooperative Agreement No. 20-1002317
Page 10 of 10
ATTACHMENT B
CONCEPTUAL LAYOUT
7.h
Packet Pg. 154
Att
ach
men
t: 2
0-10
0231
7_M
etro
link_
AT
P_P
has
e_II_
MO
U_F
on
tan
a (
6786
: M
etro
link
Acc
essi
bili
ty P
roje
ct -
Ph
ase
II C
ity
Co
op
erat
ive
Fund Prog Task
Sub-
Task Fund Prog Task
Sub-
Task
GL: 6010 40 0860 0810 GL:
GL: GL:
GL: GL:
GL: GL:
GL: GL:
Contract No: Amendment No.:
Department:
Customer Name: City of San Bernardino
18,000.00
-
42421012
List Any Accounts Payable Related Contract Nos.:
Contract Class: Receivable Project Delivery
12/31/2026
-
-
-
-
Expiration Date:
Additional Notes:
Juan Lizarde
Date: Item #
Contract Summary Sheet
Dollar Amount
General Contract Information
Contract Authorization
Current Amendment -$
18,000.00$ Total/Revised Contract Value
20-1002318
Total Dollar Authority (Contract Value and Contingency) 18,000.00$
Original Contingency
Prior Amendments
Board of Directors 10/07/2020 Committee
Total Contract Funding:
Accounts Receivable
Beginning POP Date:
Current Amendment
Total Contingency Value
-$
-$
-$
Customer ID: SB CI
Description: Metrolink ATP Accessibility Project - Phase-II
Contract Management (Internal Purposes Only)
18,000.00$
Prior Amendments
Original Contract
-$ -$
10/07/2020 Ending POP Date: 12/31/2026
Project Manager (Print Name)
18,000.00$
-
-
-
-
Funding Agreement No:
Paula Beauchamp
Task Manager (Print Name)
12/31/2026Final Billing Date:
Local Funding Agreement
Total Contract Funding: Total Contract Funding:Revenue Revenue
20-1002318
Form 200 11/2019 1/1
7.i
Packet Pg. 155
Att
ach
men
t: 2
0-10
0231
8_C
SS
[R
evis
ion
1]
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e A
gre
emen
ts)
Cooperative Agreement No. 20-1002318
Page 1 of 10
COOPERATIVE AGREEMENT NO. 20-1002318
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
THE CITY OF SAN BERNARDINO
FOR
PLANNING AND ENVIRONMENTAL; PLANS, SPECIFICATIONS AND ESTIMATE
(PS&E); RIGHT OF WAY (ROW); AND CONSTRUCTION FOR PHASE-II OF THE
SAN BERNARDINO METROLINK STATION ACCESSIBILITY IMPROVEMENT
PROJECT
I. PARTIES AND TERM
A. THIS COOPERATIVE AGREEMENT (“AGREEMENT”) is made and entered into by
and between the San Bernardino County Transportation Authority (“SBCTA”) and the
City of San Bernardino (“CITY”). SBCTA and CITY may be referred to individually as
a “PARTY” and collectively as “PARTIES”.
B. On February 12, 2016, SBCTA and the City of San Bernardino executed Cooperative
Agreement 15-1001132 for Phase I of the Metrolink Station Accessibility Improvement
Project. Construction for Phase I was completed in March 2019.
C. THIS AGREEMENT is for Phase II of the Metrolink Station Accessibility Improvements
and shall terminate upon completion of SBCTA’s management of the planning,
environmental, PS&E, ROW and construction phases, or December 31, 2026, whichever
is earlier in time, except that the indemnification provisions shall remain in effect until
terminated or modified, in writing, by mutual agreement. Should any claims arising out
of this Agreement be asserted against one of the Parties, the Parties agree to extend the
fixed termination date of this Agreement, until such time as the claims are settled,
dismissed or paid.
II. RECITALS
A. WHEREAS, Phase I and Phase II improvements in the City of San Bernardino are
depicted in Attachment B.“PHASE I” consists of the Active Transportation Program
Cycle 1;”PHASE II” is the Active Transportation Program Cycle 4. ”; and
B. WHEREAS, SBCTA has completed PHASE I and proposes to construct PHASE II,
which includes location-specific improvements to various facilities within the City of San
Bernardino (“PROJECT”); and
C. WHEREAS, the Parties wish to enter into this Agreement to delineate roles,
responsibilities, and funding commitments relative to the Project Management, Planning,
Environmental, PS&E, ROW and Construction activities of the PROJECT; and
7.j
Packet Pg. 156
Att
ach
men
t: 2
0-10
0231
8_M
etro
link_
AT
P_P
has
e_II_
MO
U_S
an_B
ern
ard
ino
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e
Cooperative Agreement No. 20-1002318
Page 2 of 10
D. WHEREAS, the CITY has requested SBCTA to complete the implementation of the
PROJECT, including project management, engineering design, construction, procurement
and management of contractors, and coordination with other cities and agencies; and
E. WHEREAS, SBCTA has requested the CITY to contribute funding to cover a portion of
Phase II costs for project management, as outlined in Attachment A; and
F. WHEREAS, the CITY is the PROJECT owner and this AGREEMENT does not transfer
ownership; as such, the CITY retains all legal responsibilities associated with ownership,
operation and maintenance of the existing and future improvements; and
G. WHEREAS, SBCTA is the California Environmental Quality Act (CEQA) Lead Agency
for the PROJECT and The State of California, Department of Transportation (Caltrans) is
the National Environmental Policy Act (NEPA) Lead Agency for the PROJECT.
NOW, THEREFORE, the Parties agree to the following:
III. SBCTA RESPONSIBILITIES:
SBCTA agrees:
A. To be the lead agency for Project Management, Planning, Environmental, PS&E, ROW,
and Construction work and to diligently undertake and complete, the Planning,
Environmental, ROW, PS&E, and Construction work on PROJECT, including the
selection and retention of consultants and contractors. SBCTA shall also serve as the lead
agency for managing the PHASE II PROJECT budget and corresponding contracts.
Performance of services under these consultant and/or contractor contracts shall be
subject to the technical direction of SBCTA’s Director of Project Delivery, or his
designee, with input and consultation from CITY.
B. To contribute towards the Planning, Environmental, PS&E, ROW, and Construction
phases of the PHASE II PROJECT, an estimated $6,131,664 for Phase II. The actual cost
of a specific phase may ultimately vary and cause the total project cost to change from
the estimate provided in Attachment A. The total project costs reminaing after
contributions other participating cities, exclusive of the CITY-provided services specified
in Part IV of this AGREEMENT, is to be borne solely by SBCTA.
C. To execute appropriate agreements with other cities and agencies to facilitate and
coordinate the completion of the PROJECT.
D. To invoice CITY within 45 days of execution of this agreement for City’s contribution to
the project as noted in the Funding Table, Attachment A.
E. To certify the California Environmental Quality Act Notice of Exemption (CEQA NOE)
and coordinate with Caltrans to certify the National Environmental Policy Act
Categorical Exclusion (NEPA CE).
F. To designate a Project Manager to represent SBCTA through whom all communications
between the Parties shall be channeled.
7.j
Packet Pg. 157
Att
ach
men
t: 2
0-10
0231
8_M
etro
link_
AT
P_P
has
e_II_
MO
U_S
an_B
ern
ard
ino
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e
Cooperative Agreement No. 20-1002318
Page 3 of 10
G. To provide CITY with a proposed project schedule to complete the PROJECT.
H. To include CITY in Project Development Team (PDT) meetings and related
communications on PROJECT progress as well as to provide CITY with copies of PDT
meeting minutes and action items.
I. To perform the design and construction in accordance with State and Federal standards
and practices.
J. To include CITY in design decisions that could impact CITY’s general plans and
aesthetic considerations.
K. To make all PROJECT work performed by SBCTA available for review and comment by
the CITY. The CITY shall transmit all review comments to SBCTA within 20 working
days after the submittal is received by the CITY. If comments are not provided by the
20th working day, SBCTA will deem the submittals approved by the CITY and shall
notify the CITY of its intention to move forward with PROJECT execution. The CITY
agrees the submittals may be in the form of plans, specifications, estimates, reports,
studies, environmental documents or other PROJECT-related submittals requiring the
CITY to review and comment. SBCTA and CITY shall review all comments received
regarding the PROJECT and mutually agree upon comments which shall be incorporated
into the PROJECT.
L. To apply for encroachment permits authorizing entry of SBCTA and its consultants and
contractors onto CITY right of way to perform investigative activities, including
surveying and geotechnical borings, and construction activities required by the
PROJECT; and to receive encroachment permits from the CITY at no cost to SBCTA.
M. To obtain, all necessary PROJECT permits, agreements and/or approvals from
appropriate agencies; all necessary PROJECT permits, agreements, and/or approvals
from the CITY shall be provided at no cost to SBCTA. All mitigation, monitoring, and/or
remedial action required by said permits and/or agreements obtained from agencies other
than the CITY shall constitute part of the PROJECT cost.
N. To identify the utilities within the PROJECT area and coordinate with the utility
companies to determine their location, and if necessary their relocation.
O. To provide written notice to CITY upon SBCTA’s determination that the Project is
substantially completed in accordance with the plans and specifications. For the purposes
of this Agreement, “substantially completed” shall mean that the PROJECT can be
reasonably used for its intended purposes, notwithstanding that certain nonmaterial work
remains to be completed, it being understood that SBCTA shall promptly pursue the
completion of such nonmaterial work.
P. Upon completion of construction of PROJECT, SBCTA shall deliver to CITY a complete
set of redline “as-built” plans of the PROJECT.
7.j
Packet Pg. 158
Att
ach
men
t: 2
0-10
0231
8_M
etro
link_
AT
P_P
has
e_II_
MO
U_S
an_B
ern
ard
ino
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e
Cooperative Agreement No. 20-1002318
Page 4 of 10
IV. CITY RESPONSIBILITIES:
CITY agrees:
A. To designate a responsible staff member that will be CITY’s representative in attending
the PDT meetings, receiving day-to-day communication and reviewing the PROJECT
documents.
B. To contribute, within 45 days of receiving SBCTA’s invoice, a PROJECT contribution in
the amount of $18,000. The actual cost of a specific phase may ultimately vary and cause
the total project cost to change from the estimate provided in Attachment A. The total
project costs reminaing after contributions from CITY and other participating cities,
exclusive of the CITY-provided services specified in Part IV of this AGREEMENT, is to
be borne solely by SBCTA.
C. To distribute PROJECT submittals for review and comment the CITY’s Public Works
Department.
D. To distribute PROJECT submittals for review and comment by CITY.
E. To review and comment, at no cost to the PROJECT, on all PROJECT work performed
by SBCTA. CITY shall transmit all review comments to SBCTA within 20 working days
after the submittal is received by CITY. If comments are not provided by the 20th
working day, SBCTA will deem the submittals approved by CITY and shall notify CITY
of its intention to move forward with PROJECT execution. CITY agrees the submittals
may be in the form of plans, specifications, estimates, reports, studies, environmental
documents or other PROJECT-related submittals requiring CITY review and comment.
SBCTA and CITY shall review all comments received regarding the PROJECT and
mutually agree to which comments shall be incorporated into the PROJECT.
F. To provide encroachment permits authorizing entry of SBCTA and its consultants and
contractors onto CITY right of way to perform investigative activities, including
surveying and geotechnical borings, and construction activities required by the PROJECT
at no cost to the PROJECT. If encroachment permits are necessary, the CITY agrees to
facilitate coordination with adjacent properties, residences, and businesses impacted.
G. To provide all City permits and waive City fees required to construct the PROJECT.
SBCTA/contractor(s) shall obtain and pay the fees for all other non-City permits required
for the construction of the PROJECT.
H. To prepare CITY staff reports for city council consideration and SBCTA agrees to
provide supporting documentation for the staff reports.
I. CITY agrees to exempt SBCTA from plan check fees for submittal reviews.
7.j
Packet Pg. 159
Att
ach
men
t: 2
0-10
0231
8_M
etro
link_
AT
P_P
has
e_II_
MO
U_S
an_B
ern
ard
ino
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e
Cooperative Agreement No. 20-1002318
Page 5 of 10
J. CITY agrees it will issue zero fee encroachment, traffic control, and street cut permits or
other permits required by the CITY to perform investigative activities required by the
PROJECT.
K. CITY agrees to provide at no cost to the PROJECT existing improvement plans, and
standard plans and specifications.
L. CITY agrees to provide SBCTA copies of the franchise/utility agreements for the utilities
in the PROJECT area for the purposes of determining prior rights and estimating utility
relocation costs.
M. CITY agrees it will invoke its franchise/utility agreements and have its prior rights
imposed on utilities if it is determined utilities are in conflict with the PROJECT and
require relocation. CITY will formally inform the utilities of CITY’s prior rights and
request the relocation of utilities pursuant to the franchise/utility agreements.
N. To accept in writing the PROJECT within thirty (30) days of receipt of written notice
from SBCTA that the PROJECT is substantially completed as described by Paragraph
“N” in Section III, which acceptance shall not be unreasonably withheld or delayed.
Withholding or delaying acceptance because of nonmaterial work remaining to be
completing shall be deemed unreasonable.
V. MUTUAL RESPONSIBILITIES:
A. The scope of the PROJECT is depicted in Attachment B “Conceptual Layout”. The
scope of Phase II improvements is an “estimate” of improvements and is subject to
change. To adhere to available funding limits for Phase II, as shown in Attachment A,
certain improvements in Phase II may be eliminated.
B. CITY agrees SBCTA is completing project management, environmental, PS&E, ROW,
construction management, procurement and oversight of a construction contractor to
complete the PROJECT. SBCTA will complete these tasks using SBCTA staff or
contracted services.
C. Neither CITY nor any officer, director, employee or agent thereof is responsible for any
injury, damage or liability occurring or arising by reason of anything done or omitted to
be done by SBCTA under or in connection with any work, authority or jurisdiction
delegated to SBCTA under this AGREEMENT. It is understood and agreed that, pursuant
to Government Code Section 895.4, SBCTA shall fully defend, indemnify and save
harmless CITY its officers, directors, employees or agents from all claims, suits or
actions of every name, kind and description brought for or on account of injury (as
defined by Government Code Section 810.8) occurring by reason of anything done or
omitted to be done by SBCTA under or in connection with any work, authority or
jurisdiction delegated to SBCTA under this AGREEMENT.
7.j
Packet Pg. 160
Att
ach
men
t: 2
0-10
0231
8_M
etro
link_
AT
P_P
has
e_II_
MO
U_S
an_B
ern
ard
ino
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e
Cooperative Agreement No. 20-1002318
Page 6 of 10
D. Neither SBCTA nor any officer, director, employee or agent thereof is responsible for
any injury, damage or liability occurring or arising by reason of anything done or omitted
to be done by CITY under or in connection with any work, authority or jurisdiction
delegated to CITY under this AGREEMENT. It is understood and agreed that, pursuant
to Government Code Section 895.4, CITY shall fully defend, indemnify and save
harmless SBCTA its officers, directors, employees or agents from all claims, suits or
actions of every name, kind and description brought for or on account of injury (as
defined by Government Code Section 810.8) occurring by reason of anything done or
omitted to be done by CITY under or in connection with any work, authority or
jurisdiction delegated to CITY under this AGREEMENT.
E. This Agreement shall continue in full force and effect through completion and closeout of
the PROJECT or on December 31, 2026 whichever is earlier in time. Should any claims
arising out of PROJECT be asserted against one of the PARTIES, the PARTIES agree to
extend the fixed termination date of this Agreement, until such time as the claims are
settled, dismissed or paid.
F. CITY is an authorized self-insured public entity for purposes of Professional Liability,
General Liability, Automobile Liability and Workers’ Compensation and warrants that
through its program of self-insurance, it has adequate coverage or resources to protect
against liabilities arising out of the performance of the terms, conditions or obligations of
this AGREEMENT.
G. SBCTA is a public entity with Professional Liability, General Liability and Automobile
Liability policies of $10,000,000 each and Workers’ Compensation insurance coverage in
the statutory limits, to protect against liabilities arising out of the performance of the
terms, conditions or obligations of this AGREEMENT.
H. All PARTIES hereto warrant that they are duly authorized to execute this AGREEMENT
on behalf of said PARTIES and that, by so executing this AGREEMENT, the PARTIES
hereto are formally bound to this AGREEMENT.
I. Except on subjects preempted by Federal law, this AGREEMENT shall be governed and
construed in accordance with the laws of the State of California. All PARTIES agree to
follow all local, state, county and federal laws and ordinances with respect to
performance under this AGREEMENT.
J. The PARTIES agree that each PARTY and any authorized representative, designated in
writing to the PARTIES, and upon reasonable notice, shall have the right during normal
business hours to examine all PARTIES’ financial books and records with respect to this
AGREEMENT. The PARTIES agree to retain their books and records for a period of
five (5) years from the later of: (a) the date on which this AGREEMENT terminates; or
(b) the date on which such book or record was created.
K. If any clause or provision of this AGREEMENT is illegal, invalid or unenforceable under
applicable present or future laws, then it is the intention of the PARTIES that the
remainder of this AGREEMENT shall not be affected but shall remain in full force and
effect.
7.j
Packet Pg. 161
Att
ach
men
t: 2
0-10
0231
8_M
etro
link_
AT
P_P
has
e_II_
MO
U_S
an_B
ern
ard
ino
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e
Cooperative Agreement No. 20-1002318
Page 7 of 10
L. This AGREEMENT can be amended with a written amendment when agreed upon and
duly authorized and executed by both PARTIES.
M. In the event of litigation arising from this AGREEMENT, each PARTY to this
AGREEMENT shall bear its own costs, including attorney(s) fees. This paragraph shall
not apply to the costs or attorney(s) fees relative to paragraphs C and D of this Section.
N. This AGREEMENT may be signed in counterparts, each of which shall constitute an
original.
O. Any notice required or authorized to be given hereunder or any other communications
between the PARTIES provided for under the terms of this AGREEMENT shall be in
writing, unless otherwise provided for herein, and shall be served personally or by
reputable courier or by email addressed to the relevant party at the address/fax number
stated below.
P. Notice given under or regarding this AGREEMENT shall be deemed given (a) upon
actual delivery, if delivery is personally made; or (b) upon delivery into the United States
Mail if delivery is by postage paid certified mail (return receipt requested), email or
private courier including overnight delivery services. Notice shall be sent to the
respective Party at the address indicated below or to any other address as a Party may
designate from time to time by a notice given in accordance with this paragraph.
a. If to CITY:
City of San Bernardino
300 North “D” Street, 3rd Floor
San Bernardino, CA 92418
Attention: Kristen Jensen
Director of Public Works
Email: [email protected]
b. If to SBCTA:
San Bernardino County Transportation Authority
1170 West 3rd Street, 2nd Floor
San Bernardino, CA 92410
Attention: Paula Beauchamp
Director of Project Delivery and Toll Operations
Email: [email protected]
Q. The Recitals stated above are true and correct and are incorporated by this reference
into the AGREEMENT.
R. Attachments A and B are attached to and incorporated into this AGREEMENT.
7.j
Packet Pg. 162
Att
ach
men
t: 2
0-10
0231
8_M
etro
link_
AT
P_P
has
e_II_
MO
U_S
an_B
ern
ard
ino
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e
Cooperative Agreement No. 20-1002318
Page 8 of 10
SIGNATURE PAGE TO
COOPERATIVE AGREEMENT NO. 20-1002318
BETWEEN
SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY
AND
CITY OF SAN BERNARDINO
SAN BERNARDINO COUNTY
TRANSPORTATION AUTHORITY
By: ____________________________
Frank Navarro
Board President
Date:___________________
APPROVED AS TO FORM AND
PROCEDURE:
By:_____________________
Julianna K. Tillquist
General Counsel
CITY OF SAN BERNARDINO
By:_____________________________
John Valdivia
Mayor
Date:___________________
APPROVED AS TO FORM AND
PROCEDURE:
By:_____________________
Gary Saenz
City Attorney
7.j
Packet Pg. 163
Att
ach
men
t: 2
0-10
0231
8_M
etro
link_
AT
P_P
has
e_II_
MO
U_S
an_B
ern
ard
ino
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e
Cooperative Agreement No. 20-1002318
Page 9 of 10
ATTACHMENT A
PROJECT FUNDING TABLE
Table 1. Phase II Costs for San Bernardino Metrolink Station
Fund Amount
City of San Bernardino
ATP Local Contribution for Design and
Construction
$0
Project Management Cost
(and other City incurred cost)
$18,000
Total City Contribution $18,000
ATP Phase II Project Funding allocated to
San Bernardino
$181,500
Total Cost $199,500
7.j
Packet Pg. 164
Att
ach
men
t: 2
0-10
0231
8_M
etro
link_
AT
P_P
has
e_II_
MO
U_S
an_B
ern
ard
ino
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e
Cooperative Agreement No. 20-1002318
Page 10 of 10
ATTACHMENT B
CONCEPTUAL LAYOUT
7.j
Packet Pg. 165
Att
ach
men
t: 2
0-10
0231
8_M
etro
link_
AT
P_P
has
e_II_
MO
U_S
an_B
ern
ard
ino
(67
86 :
Met
rolin
k A
cces
sib
ility
Pro
ject
- P
has
e II
Cit
y C
oo
per
ativ
e
Entity: San Bernardino County Transportation Authority
Minute Action
AGENDA ITEM: 8
Date: September 10, 2020
Subject:
San Bernardino County Transportation Authority response to the California High Speed Rail
Authority’s Notice of Preparation for the Colton and Barstow Freight Facilities needed for the
Los Angeles to Anaheim segment of the State High-Speed Rail System
Recommendation:
Receive a report on a potential San Bernardino County Transportation Authority response to the
California High-Speed Rail Authority’s Notice of Preparation for the Los Angeles to Anaheim
segment of the State High-Speed Rail System, including a proposed BNSF intermodal facility in
Colton and the Lenwood Staging Tracks near Barstow.
Background:
An agenda item was included in the May 6, 2020 San Bernardino County Transportation
Authority (SBCTA) Board of Directors (Board) agenda to adopt a resolution opposing a
proposed BNSF intermodal facility in Colton and the proposed Lenwood Staging Tracks near
Barstow, “absent meaningful SBCTA involvement in the environmental process and adequate
California High-Speed Rail Authority (CHSRA) mitigation for the impacts brought about by the
proposed BNSF facilities.” The Colton and Lenwood facilities are referenced in the Draft 2020
California High-Speed Rail Business Plan, which was released in February 2020. The item was
not presented because, several days prior to the Board meeting, CHSRA agreed to engage
SBCTA in dialogue concerning the project.
Subsequent to the May 6, 2020 Board meeting, SBCTA and CHSRA had an initial meeting to
provide an orientation to the project, plus two workshops held on June 23, 2020 and
August 10, 2020 that also involved BNSF. These meetings focused on review of the conceptual
designs of the facilities and the general approach to the traffic analysis. Then on
August 20, 2020, the CHSRA released a Revised Notice of Preparation (NOP) under the
California Environmental Quality Act (CEQA) and a revised federal Notice of Intent (NOI)
under the National Environmental Quality Act (NEPA) for the project.
As stated in the NOP, the Los Angeles to Anaheim corridor runs through a narrow and
constrained urban environment, with other existing rail operators in the area, including trains
operated by the National Railroad Passenger Corporation (Amtrak), Metrolink (governed by the
Southern California Regional Rail Authority), the Union Pacific Railroad, and BNSF Railway.
Projected future cumulative passenger (commuter diesel and electric high-speed rail) and freight
train volumes require additional facilities be added outside the corridor to maintain existing and
anticipated freight and passenger train operations, including on-time service levels, during
project construction and operation. The proposed BNSF Colton Intermodal Facility Component
(Colton Component) and BNSF Lenwood Staging Track Component (Lenwood Component)
have been identified as necessary Los Angeles to Anaheim project components outside the
corridor that are required to maintain freight and passenger train performance at existing levels
during project construction and accommodate currently projected freight and passenger growth
during project operation within the corridor.
8
Packet Pg. 166
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 2
San Bernardino County Transportation Authority
The original NOP/NOI was released in 2007, but a revision was necessary to add the Colton and
Lenwood facilities. The Revised NOP is provided as Attachment 1 to this agenda item.
It includes maps of the locations of the proposed Colton and Lenwood facilities. The Colton
facility has been said to be slightly larger in capacity than the BNSF San Bernardino Intermodal
Yard, located immediately north of SBCTA’s offices. The NOP indicates a future average
volume of 10 trains per day, but this could be higher on peak days or in peak seasons.
The San Bernardino facility will remain in operation. It has been estimated that one train could
carry 250 to 300 containers and the inbound and outbound container truck-to-train and
train-to-truck transfers would occur at the Colton facility much like they currently do in
San Bernardino. The draft CEQA Environmental Impact Report (EIR) and draft NEPA
Environmental Impact Statement (EIS) are projected to be released in spring 2021.
Three virtual scoping meetings have been scheduled:
Wednesday, September 9, 2020, (agency scoping), 2:30 PM - 4:30 PM
Thursday, September 10, 2020, (public) 5:00PM – 7:30 PM
Saturday, September 12, 2020, (public) 10:AM – 12:30 PM
In addition, the CHSRA has also scheduled a live Telephone Town Hall, a question and answer
session to occur prior to the Scoping Meetings. Project team members will be on the line to
answer questions for the duration of the meeting. Comments or questions submitted at the
Telephone Town Hall or office hours (see below) will not be part of the public record.
The Town Hall is scheduled for Thursday, September 3, 2020 from 6:00 p.m. - 7:30 p.m.
Comments on the NOP/NOI are due September 24, 2020. SBCTA staff is in the process of
preparing a formal comment letter on the NOP/NOI. A first draft of the letter has been prepared
and attached so that Board members can see the direction the letter is headed. It is a strong
letter, and while SBCTA has been a supporter of the San Bernardino County logistics industry
over many years, staff’s assessment is that the approach the CHSRA has taken is not the model
of collaboration and constructive dialogue that the State requires us to have as a transportation
agency. As currently described, the Colton Intermodal Facility poses serious potential impacts to
nearby San Bernardino County communities of Colton, San Bernardino, Grand Terrace, Rialto,
and unincorporated Bloomington in terms of train traffic, truck traffic, air quality, noise and
vibration, visual effects, community cohesion, and in other areas. Lesser impacts are posed by
the Lenwood Staging Tracks, but this is an important component to review as well.
That said, we believe constructive collaboration on actual solutions is still possible, and the letter
suggests that there is a way to bring more agencies together to define a path forward that could
be good for our local communities and for the logistics industry. However, this cannot be known
unless the CHSRA becomes a more collaborative partner on this specific project. SBCTA has
collaborated with the State of California and BNSF on many occasions before, and would like to
think that constructing a collaborative, creative solution is still possible here. The bulk of the
concerns are with the BNSF Colton Intermodal Facility, but a few comments are also offered in
the draft letter on the Lenwood Staging Tracks. Additional comments from Board members are
being sought prior to the letter being submitted to CHSRA on or prior to September 24, 2020.
8
Packet Pg. 167
Board of Directors Metro Valley Study Session Agenda Item
September 10, 2020
Page 3
San Bernardino County Transportation Authority
Financial Impact:
This item has no impact on the Fiscal Year 2020/2021 Budget.
Reviewed By:
This item is not scheduled for review by any other policy committee or technical advisory
committee.
Responsible Staff:
Steve Smith, Director of Planning
Approved
Board of Directors Metro Valley Study Session
Date: September 10, 2020
Witnessed By:
8
Packet Pg. 168
ATTACHMENT 1
8.a
Packet Pg. 169
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
8.a
Packet Pg. 170
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
8.a
Packet Pg. 171
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
8.a
Packet Pg. 172
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
8.a
Packet Pg. 173
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
8.a
Packet Pg. 174
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
8.a
Packet Pg. 175
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
8.a
Packet Pg. 176
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
8.a
Packet Pg. 177
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
8.a
Packet Pg. 178
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
8.a
Packet Pg. 179
Att
ach
men
t: M
VS
S It
em R
evis
ed N
oti
ce o
f P
rep
arat
ion
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
ATTACHMENT 2
DRAFT SBCTA COMMENT LETTER TO CHSRA RE: NOP FOR THE LA TO ANAHEIM SEGMENT OF STATE HIGH-SPEED RAIL, INCLUDING COLTON AND LENWOOD
FACILITIES – FOR SBCTA COMMITTEE REVIEW ON 9/10/2020 ONLY – NOT FINAL -
September 24, 2020 Mark A. McLoughlin Director of Environmental Services California High-Speed Rail Authority 770 L Street, Suite 620 Sacramento, CA 95814 Subject: SBCTA Comments on Revised Notice of Preparation (NOP) of a Project Level
Environmental Impact Report/Environmental Impact Statement (EIR/EIS) for the Los Angeles (Union Station) to Anaheim (Anaheim Regional Transportation Intermodal Center [ARTIC]) Project Section of the California High-Speed Rail (HSR) System, primarily along the Los Angeles - San Diego – San Luis Obispo (LOSSAN) Rail Corridor, as well as freight accommodation project components in Colton and Lenwood to allow future cumulative passenger and freight traffic volumes.
Dear Mr. McLoughlin, The San Bernardino County Transportation Authority (SBCTA) appreciates the opportunity to comment on the revised NOP issued by the California High-Speed Rail Authority (CHRSA) for the above project. SBCTA serves as the County Transportation Commission for San Bernardino County, the largest county geographically in the continental U.S., with a population of over 2.1 million. Our members consist of the county’s 24 cities plus the County of San Bernardino. As you know, SBCTA’s April 9, 2020 letter to Brian Kelly, written in response to the draft 2020 High-Speed Rail Business Plan, voiced several concerns about the Colton and Lenwood facilities as highlighted on page 94 of the draft Plan under the “BNSF Partnership” heading. Having received no response from CHSRA, an agenda item was then included in the May 6, 2020 SBCTA Board of Directors agenda to adopt a resolution opposing a proposed BNSF intermodal facility in Colton and the proposed Lenwood Staging Tracks near Barstow, “absent meaningful SBCTA involvement in the environmental process and adequate CHSRA mitigation for the impacts brought about by the proposed BNSF facilities.” CHSRA then reached out to us several days prior to the SBCTA Board of Directors meeting to voice interest in scheduling informational workshops for SBCTA on the project, and the agenda item was pulled from the Board agenda in anticipation of improved coordination.
8.b
Packet Pg. 180
Att
ach
men
t: A
ttac
hm
ent
2 -
Let
ter
to M
cLo
ug
hlin
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
Page 2 Mr. McLaughlin September 24, 2020
While the three followup meetings so far have enabled us to better understand the scope and scale of the projects, we believe the CHSRA is not being entirely consistent with the State of California’s (State) own policies on collaboration and early involvement in the crafting of constructive solutions, for reasons explained later in this letter. Our comments on the NOP focus on areas we would want to make sure the EIR/EIS covers, particularly with respect to the Colton and Lenwood facilities, and goes into additional detail about the need for avoidance, minimization, and mitigation of impacts. However, we would like to begin by saying that SBCTA and its member agencies have an appreciation for the logistics industry and the benefits it brings to the Inland Empire. Many of our residents are employed in that industry: those who work in our warehouse/distribution facilities, those who drive trucks locally as well as for interstate commerce, and those who work for the two Class 1 railroads that have been such a part of San Bernardino County’s history. All of these individuals have been widely acknowledged as workers that were essential to keep on the job during the COVID-19 pandemic, and heroes in their own right. The very offices in which SBCTA employees work, the Santa Fe Depot, carry two of the same initials as your BNSF partner on this project, and we have collaborated on many projects with BNSF before, such as: 1) the Colton Crossing project, providing a grade separation of the BNSF and Union Pacific lines just north of the proposed project (in fact, the actual rails of the crossing, originally built in 1883, are now embedded in the driveway in front of the Depot), and 2) the upcoming replacement of the Mount Vernon Avenue bridge over BNSF’s intermodal facility in San Bernardino. We know the BNSF facility well, being able to look out over its operations from our north-facing windows on a daily basis. The lives of Colton and San Bernardino residents have been intertwined with the railroads for some 140 years. Through our recent discussions with the CHRSA staff and consultants, we have begun to better understand the project and why the CHRSA and BNSF partnership was necessary. But our knowledge of the BNSF’s proposed operations is accompanied by an awareness of the potential impacts, such as those on traffic, air quality, noise, and visual effects. It is our hope that by being forthright with our questions and concerns we can arrive at solutions that are in the interest of all parties, including the disproportionately impacted disadvantaged communities and local jurisdictions we represent. To do this, there will need to be more interaction between CHSRA, BNSF, and San Bernardino County entities than you originally anticipated. Our understanding is that material in the underlying studies will not be available for outside review until the release of the draft EIR/EIS in Spring 2021. This is going to inhibit attempts to craft win-win solutions and may build walls that significantly prolong the project’s approval or lead to the project’s demise. The CHSRA’s approach, while it may be traditional, is not in the spirit of the draft Transportation Action Plan Strategies recently prepared by the California State Transportation Agency (CalSTA) pursuant to Governor Newsom’s Executive Order (EO) N-19-19. The EO requires “that every aspect of state government redouble its efforts to reduce greenhouse gas emissions and mitigate the impacts of climate change while building a sustainable, inclusive
8.b
Packet Pg. 181
Att
ach
men
t: A
ttac
hm
ent
2 -
Let
ter
to M
cLo
ug
hlin
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
Page 3 Mr. McLaughlin September 24, 2020
economy.” The CalSTA document includes 10 draft investment strategies, two of which are particularly relevant to the Colton and Lenwood portions of the project: “1. Reduce public health harms and maximize benefits to disproportionately impacted disadvantaged communities, low-income communities, and communities of color, in urbanized and rural regions and involve these communities early in decision-making. Investments should also avoid placing new or exacerbating existing substantial burdens on communities, even if unintentional. 7. Progress towards developing a zero-emission freight transportation system that avoids and mitigates environmental justice impacts, reduces criteria and toxic air pollutants, improves freight’s economic competitiveness and efficiency, and integrates multi-modal design and planning into infrastructure development on freight corridors.” With respect to the first strategy, the cities of Colton, Grand Terrace, and San Bernardino, plus the nearby unincorporated Bloomington area and City of Rialto, all have a majority of census tracts with CalEnviroScreen scores above the 80th percentile, and all but Grand Terrace have been designated as “Communities of Concern” (COC) in Southern California Assocation of Governments (SCAG) planning documents. These are Census Designated Places (CDPs) that represent the top 33 percent of minority and low-income residents in the SCAG region. In other words, these are the most disadvantaged of the disadvantaged communities. The point is that these communities, in particular, should be involved early in decision-making. And while SBCTA and the communities have had initial conversations with CHSRA, failing to have substantive conversations and collaboration on solutions prior to the release of the draft EIR/EIS could hardly be classified as “involvement in early decision-making,” nor is it seen as a collaborative approach by the communities your project is poised to impact. By taking the approach you have, the CHSRA and BNSF are missing an opportunity to craft a more collaborative solution that could be beneficial to all parties. The Los Angeles to Anaheim High-Speed Rail segment is a good example of a type of unintended consequence referred to in CalSTA Strategy 1 above. It gives the impression that the administration that introduced the “Regions Rise Together” initiative is using that as lip service and is not interested in actually tackling the hard problems at the community level, particularly for inland counties like San Bernardino and Riverside. The bullet points below are posed as questions or issues that we would expect the EIR/EIS to address, or factors that the various analyses should consider. Most of the comments are on the proposed Colton BNSF intermodal facility, organized into four categories: traffic (train and truck); air quality; noise, vibration, and visual impacts; and community outreach. Several additional comments are offered on the Lenwood Staging Tracks. COLTON BNSF INTERMODAL FACILITY
1. Traffic (train and truck) a. It is understood from the NOP that BNSF expects there to be an average of 10 trains
per day. Please provide a profile of how those train volumes are likely to vary by day of week and season of year. Please provide estimates of containers per train
8.b
Packet Pg. 182
Att
ach
men
t: A
ttac
hm
ent
2 -
Let
ter
to M
cLo
ug
hlin
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
Page 4 Mr. McLaughlin September 24, 2020
and the directional movement of those trains into and out of the Colton intermodal facility.
b. What is the expected growth profile for trains into and out of the facility? What is an expected opening day number of trains versus a horizon year number of trains?
c. How will the train volumes and container lifts at the Colton facility affect train volumes and container lifts at the San Bernardino yard? What is the growth profile for the San Bernardino yard with and without the Colton yard?
d. What are the current volumes and travel patterns of trucks that service BNSF trains, and how will the project change them?
e. How will the project change truck trip volumes and travel patterns at the San Bernardino intermodal yard?
f. What will the impact of these trucks be on I-10, I-215, and SR-60, as well as the interchanges (I-10/Pepper Avenue, I-10/Rancho Avenue, I-10/Mount Vernon Avenue, I-215/La Cadena Drive, SR-60/Rubidoux Boulevard) and arterial routes that provide access into and out of the facility, to include: Pepper Avenue, Rancho Avenue, La Cadena Drive, Agua Mansa Road, and Rubidoux Boulevard, among others?
g. What mitigations are proposed for these impacts? This is one of the most important topics for which “involvement in early decision-making” is needed.
h. Please note that only minimal growth within the area to be occupied by the proposed BNSF site was assumed for recent modeling for the SCAG Regional Transportation Plan and for SBCTA and local project development activities. No major new developments were assumed in the project area when the I-10/Pepper interchange was designed and construction completed just three years ago.
2. Air Quality a. What on-site equipment (truck, locomotive, and container lift equipment) will be
provided to support intermodal facility activity and what will be the distribution of that equipment in terms of pollution output?
b. What will be the distribution of locomotive tiers coming to and from the facility in terms of pollution output (i.e. what tier locomotives)? What will be the dwell times of the locomotives, and what will be the idling limitations?
c. What will be the distribution of truck sizes and powertrains coming to and going from the facility in terms of pollution output?
d. How will the pollution output collectively impact nearby residential areas, schools, parks, and other sensitive receptors, based on the levels of train and truck traffic forecast?
e. What mitigations are proposed for these impacts? What thought has been given to how the operation of this facility can be used to encourage fleet turnover to zero-emission and near-zero emission technology within the logistics industry overall?
f. How will pollution levels be monitored within the Colton community both during construction and on an ongoing basis following construction?
8.b
Packet Pg. 183
Att
ach
men
t: A
ttac
hm
ent
2 -
Let
ter
to M
cLo
ug
hlin
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
Page 5 Mr. McLaughlin September 24, 2020
3. Noise, vibration, and visual effects a. How much will noise levels increase, both on the periphery of the intermodal
facility as well as on train and truck routes to and from the facility? b. Container lifts come with noise impacts as well, both night and day. We know this
very well from being an adjacent neighbor to BNSF’s San Bernardino facility. What impacts can be expected from this activity, particularly nighttime?
c. What will be the overall increases in daytime noise levels versus nighttime? Will the Colton facility have 24-hour operation? We are assuming that it will.
d. What measures will be taken to mitigate noise levels and to what extent will those levels be mitigated both during the day and at night?
e. What type of nighttime lighting will be used? How high will the lighting masts be, and what will be the light intensity? How will night lighting spillover effects be contained to the site? Please explain in a way that affected communities can understand.
f. As we understand it, the entry point to the facility from the BNSF mainline will require flyover structures that turn westerly toward the intermodal facility, and the retaining walls for this flyover could extend up to 35 feet higher than existing grade, with houses nearby.
4. Community outreach a. When we first read the draft High-Speed Rail Business Plan earlier this year, we
noticed on page 94 that the relationship of CHSRA and BNSF is characterized as a partnership. We would request that this concept of partnership be extended to Inland Empire agencies and to those local communities that will be impacted. Clearly, the way in which this project began could not at this time be characterized as a partnership with any of the communities in the Inland Empire. In fact, the project gives the impression that, once again, the benefits will accrue to the coastal counties and the impacts will be borne by the inland counties, their residents, and disproportionately impact disadvantaged communities. It makes the “Regions Rise Together” initiative, announced by the Governor over a year ago, appear as mere talking points to placate our concerns, and reinforces the point that the administration is not serious about solving the challenges of disadvantaged and low-income communities in the inland counties.
b. Although there is great concern over the project itself, and its impacts, how the project was introduced and is being managed by CHSRA is an even greater concern. We had to find out about this project through Metrolink, with no other evidence of its existence until the draft 2020 High-Speed Rail Business Plan was published – no heads up, no courtesy calls, but rather we happened across the first written evidence of it buried on page 94 of the Business Plan. And the more we find out, the more significant the project has turned out to be.
c. We believe the outreach process is still salvageable, and we would like to see how we can navigate through this for some win-win opportunities, skeptical though we may be at this point. Several areas of mitigation have been mentioned previously. But since this is a new facility, there is an opportunity to make this an example of a facility that exemplifies sustainability. It could also be an opportunity to incentivize the logistics industry in general to leverage its success into paying more
8.b
Packet Pg. 184
Att
ach
men
t: A
ttac
hm
ent
2 -
Let
ter
to M
cLo
ug
hlin
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
Page 6 Mr. McLaughlin September 24, 2020
attention to zero and near-zero emission technology, mitigation of community impacts and sensitivity to the environment in which it operates.
d. We recognize that this type of partnership approach may have some limitations in terms of feasibility and cost. Being an implementing agency, SBCTA recognizes that solutions must be practical and affordable. But had CHSRA come to us with this intent in mind, it would have become easier to work together on constructive solutions. That said, we would propose that the transportation and air quality agencies and local government representatives be able to interact with CHSRA collectively in the coming months on ways to forge more creative solutions that will help the Colton intermodal facility better fit into the community that surrounds it. Keeping these agencies at arms’ length, with NOPs, NOIs, and comment letters going back and forth is not going to create the more constructive environment that will help this project succeed. It means playing by the State’s own rules, such as the investment strategies cited earlier. If the State is willing, then we can have more serious conversations about how to properly establish this process and renew more of a sense of trust in that process.
LENWOOD STAGING TRACKS
1. Drainage and Street improvements - Please identify additional street improvements or grade separations, as well as drainage improvements, which will be required to implement the staging tracks.
2. Train staging activity – please provide an estimate of the amount and time of staging activity, and train operations while the staging is in process (e.g. amount of time that trains are expected to spend idling)
3. Please identify the potential air quality, noise, and vibration impacts of the staging activity on the local area. Noise impacts should be differentiated by daytime and nighttime.
4. It is understood that there would be no intermodal activity at this location, but please identify any additional traffic/truck activity anticipated and the distribution of those additional vehicles.
5. Clarify if any additional lighting will be provided or what other visual impacts could occur. We appreciate the opportunity to provide comments and look forward to further discussions with CHSRA and BNSF, in partnership with our local communities. Sincerely, Raymond W. Wolfe Executive Director
8.b
Packet Pg. 185
Att
ach
men
t: A
ttac
hm
ent
2 -
Let
ter
to M
cLo
ug
hlin
(70
36 :
SB
CT
A R
esp
on
se C
HS
RA
No
tice
of
Pre
par
atio
n f
or
LA
to
An
ahei
m S
egm
ent)
BOARD OF DIRECTORS METRO VALLEY STUDY SESSION ATTENDANCE - 2020
X = member attended meeting. * = alternate member attended meeting. Empty box = Did not attend meeting Crossed out box = not a Board Member at the time. Shaded box = No meeting
VALLEY BOARD MEMBER ATTENDANCE
Name Jan Feb March April May June July Aug Sept Oct Nov Dec
Eunice Ulloa City of Chino X* X X X X X
Ray Marquez City of Chino Hills X X X X X X
Frank Navarro City of Colton X X X X X X
Aquanetta Warren City of Fontana X X X X X X
Darcy McNaboe City of Grand Terrace X X X X X X
Larry McCallon City of Highland X X X X X X
Rhodes ‘Dusty’ Rigsby City of Loma Linda X X X X
John Dutrey City of Montclair X X X X X X
Alan Wapner City of Ontario X X X X X X
L. Dennis Michael City of Rancho Cucamonga X X X X
Toni Momberger City of Redlands X X X X X
Deborah Robertson City of Rialto X
John Valdivia City of San Bernardino X X X X X X
Debbie Stone City of Upland X
Packet Pg. 186
Co
mm
un
icat
ion
: A
tten
dan
ce (
Ad
dit
ion
al In
form
atio
n)
BOARD OF DIRECTORS METRO VALLEY STUDY SESSION ATTENDANCE - 2020
X = member attended meeting. * = alternate member attended meeting. Empty box = Did not attend meeting Crossed out box = not a Board Member at the time. Shaded box = No meeting
VALLEY BOARD MEMBER ATTENDANCE (Cont.)
MOUNTAIN/DESERT BOARD MEMBER ATTENDANCE
**The intent of this study session is to consider matters within the Valley Subarea. However, the meeting is open to participation from representatives of the Mountain/Desert Subarea. Absenteeism will only be attributed to those representatives from the Valley Subarea.
David Avila City of Yucaipa X X X X
Curt Hagman Board of Supervisors X X X X X X
Dawn Rowe Board of Supervisors X X X X X X
Janice Rutherford Board of Supervisors X X X X
Josie Gonzales Board of Supervisors X X X
Art Bishop Town of Apple Valley X X X
Bill Jahn City of Big Bear Lake X X X X X X
Julie McIntyre City of Barstow X
Rebekah Swanson City of Hesperia X
Rick Denison Town of Yucca Valley X X X X X
Packet Pg. 187
Co
mm
un
icat
ion
: A
tten
dan
ce (
Ad
dit
ion
al In
form
atio
n)
3/16/17 Acronym List 1 of 2
This list provides information on acronyms commonly used by transportation planning professionals. This information is provided in an effort to assist Board Members and partners as they participate in deliberations at Board meetings. While a complete list of all acronyms which may arise at any given time is not possible, this list attempts to provide the most commonly-used terms. Staff makes every effort to minimize use of acronyms to ensure good communication and understanding of complex transportation processes.
AB Assembly Bill ACE Alameda Corridor East ACT Association for Commuter Transportation ADA Americans with Disabilities Act ADT Average Daily Traffic APTA American Public Transportation Association AQMP Air Quality Management Plan ARRA American Recovery and Reinvestment Act ATMIS Advanced Transportation Management Information Systems BAT Barstow Area Transit CALACT California Association for Coordination Transportation CALCOG California Association of Councils of Governments CALSAFE California Committee for Service Authorities for Freeway Emergencies CARB California Air Resources Board CEQA California Environmental Quality Act CMAQ Congestion Mitigation and Air Quality CMIA Corridor Mobility Improvement Account CMP Congestion Management Program CNG Compressed Natural Gas COG Council of Governments CPUC California Public Utilities Commission CSAC California State Association of Counties CTA California Transit Association CTC California Transportation Commission CTC County Transportation Commission CTP Comprehensive Transportation Plan DBE Disadvantaged Business Enterprise DEMO Federal Demonstration Funds DOT Department of Transportation EA Environmental Assessment E&D Elderly and Disabled E&H Elderly and Handicapped EIR Environmental Impact Report (California) EIS Environmental Impact Statement (Federal) EPA Environmental Protection Agency FHWA Federal Highway Administration FSP Freeway Service Patrol FRA Federal Railroad Administration FTA Federal Transit Administration FTIP Federal Transportation Improvement Program GFOA Government Finance Officers Association GIS Geographic Information Systems HOV High-Occupancy Vehicle ICTC Interstate Clean Transportation Corridor IEEP Inland Empire Economic Partnership ISTEA Intermodal Surface Transportation Efficiency Act of 1991 IIP/ITIP Interregional Transportation Improvement Program ITS Intelligent Transportation Systems IVDA Inland Valley Development Agency JARC Job Access Reverse Commute LACMTA Los Angeles County Metropolitan Transportation Authority LNG Liquefied Natural Gas LTF Local Transportation Funds
Packet Pg. 188
Co
mm
un
icat
ion
: A
cro
nym
Lis
t (
Ad
dit
ion
al In
form
atio
n)
3/16/17 Acronym List 2 of 2
MAGLEV Magnetic Levitation MARTA Mountain Area Regional Transportation Authority MBTA Morongo Basin Transit Authority MDAB Mojave Desert Air Basin MDAQMD Mojave Desert Air Quality Management District MOU Memorandum of Understanding MPO Metropolitan Planning Organization MSRC Mobile Source Air Pollution Reduction Review Committee NAT Needles Area Transit NEPA National Environmental Policy Act OA Obligation Authority OCTA Orange County Transportation Authority PA&ED Project Approval and Environmental Document PASTACC Public and Specialized Transportation Advisory and Coordinating Council PDT Project Development Team PNRS Projects of National and Regional Significance PPM Planning, Programming and Monitoring Funds PSE Plans, Specifications and Estimates PSR Project Study Report PTA Public Transportation Account PTC Positive Train Control PTMISEA Public Transportation Modernization, Improvement and Service Enhancement Account RCTC Riverside County Transportation Commission RDA Redevelopment Agency RFP Request for Proposal RIP Regional Improvement Program RSTIS Regionally Significant Transportation Investment Study RTIP Regional Transportation Improvement Program RTP Regional Transportation Plan RTPA Regional Transportation Planning Agencies SB Senate Bill SAFE Service Authority for Freeway Emergencies SAFETEA-LU Safe Accountable Flexible Efficient Transportation Equity Act – A Legacy for Users SCAB South Coast Air Basin SCAG Southern California Association of Governments SCAQMD South Coast Air Quality Management District SCRRA Southern California Regional Rail Authority SHA State Highway Account SHOPP State Highway Operations and Protection Program SOV Single-Occupant Vehicle SRTP Short Range Transit Plan STAF State Transit Assistance Funds STIP State Transportation Improvement Program STP Surface Transportation Program TAC Technical Advisory Committee TCIF Trade Corridor Improvement Fund TCM Transportation Control Measure TCRP Traffic Congestion Relief Program TDA Transportation Development Act TEA Transportation Enhancement Activities TEA-21 Transportation Equity Act for the 21st Century TMC Transportation Management Center TMEE Traffic Management and Environmental Enhancement TSM Transportation Systems Management TSSDRA Transit System Safety, Security and Disaster Response Account USFWS United States Fish and Wildlife Service VCTC Ventura County Transportation Commission VVTA Victor Valley Transit Authority WRCOG Western Riverside Council of Governments
Packet Pg. 189
Co
mm
un
icat
ion
: A
cro
nym
Lis
t (
Ad
dit
ion
al In
form
atio
n)
mission.doc
MISSION STATEMENT
Our mission is to improve the quality of life and mobility in San Bernardino County. Safety is the cornerstone of all we do. We achieve this by: • Making all transportation modes as efficient, economical, and
environmentally responsible as possible. • Envisioning the future, embracing emerging technology, and
innovating to ensure our transportation options are successful and sustainable.
• Promoting collaboration among all levels of government. • Optimizing our impact in regional, state, and federal policy
and funding decisions. • Using all revenue sources in the most responsible and
transparent way.
Approved December 4, 2019
Packet Pg. 190
Co
mm
un
icat
ion
: M
issi
on
Sta
tem
ent
(A
dd
itio
nal
Info
rmat
ion
)